SOURCES SOUGHT
Y -- DESC2103C - Bulk Fuel Storage Tanks Phase II Yokota Air Base, Japan
- Notice Date
- 10/20/2025 6:46:06 PM
- Notice Type
- Sources Sought
- NAICS
- 237120
— Oil and Gas Pipeline and Related Structures Construction
- Contracting Office
- W2SN ENDIST JAPAN APO AP 96338-5010 USA
- ZIP Code
- 96338-5010
- Solicitation Number
- W912HV26Z0002
- Response Due
- 11/20/2025 6:59:00 AM
- Archive Date
- 01/31/2026
- Point of Contact
- Jiro Miyairi, Jennifer Knutson
- E-Mail Address
-
jiro.miyairi@usace.army.mil, jennifer.h.knutson@usace.army.mil
(jiro.miyairi@usace.army.mil, jennifer.h.knutson@usace.army.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- Introduction: The U.S. Army Corps of Engineers, Japan District (POJ), is performing market research for an upcoming Design-Bid-Build (DBB) requirement entitled, "" DESC2103C - Bulk Fuel Storage Tanks Phase II Yokota Air Base, Japan."" This announcement represents a market survey that is intended for planning purposes only. The purpose of this notice is to identify sources capable of performing this project and to receive responses from those firms to assist the Government's acquisition planning. This survey does not constitute a commitment by the Government for any follow-on announcements, solicitation, or award. This notice is NOT a solicitation. The Government will not pay for any information provided as a result of this market survey. This market survey is intended for local sources only. Local sources are those sources physically located and licensed to conduct business in Japan. Firms interested and capable of performing this work are highly encouraged to submit a response (submission requirements are located within this notice). We are committed to partnering with industry as much as we can throughout this process and therefore encourage all interested companies to respond to this sources sought. Market research and industry feedback is an essential part of the acquisition process. The information requested in this announcement will be used within POJ to facilitate decision-making and will not be disclosed outside the agency. However, respondents submitting business information pursuant to this announcement should consult 41 C.F.R. parts 105-60 and other implementing regulations concerning the release of such information to third parties under the Freedom of Information Act (FOIA). All information submitted by respondents that they consider confidential and not releasable to third parties outside of USACE, and its employees, agents, consultants, and representatives, must be clearly and conspicuously marked. SYSTEM FOR AWARD MANAGEMENT (SAM) All interested companies, including joint ventures, shall be registered in the SAM database in order to be eligible for award of Government contracts. https://www.sam.gov CYBERSECURITY MATURITY MODEL CERTIFICATION (CMMC) 2.0 NOTICE DoD published the final CMMC rule on September 10, 2025, ref. 90 Federal Register (FR) 43560, with an effective date of November 10, 2025. DoD�s CMMC Program mandates that all organizations handling Federal Contract Information (FCI) or Controlled Unclassified Information (CUI) maintain specific cybersecurity maturity levels to protect sensitive data. CMMC provides a consistent methodology to assess compliance with cybersecurity requirements and standards set forth in the 48 CFR 52.204-21; National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171, Basic Safeguarding of Covered Contractor Information Systems. USACE Japan District anticipates that all solicitations issued on or after November 10, 2025 will require Basic (Level 1) certification or higher. If your company is not certified at Basic (Level 1) or higher you will not be eligible to receive a contract award. Information concerning the CMMC Program is available at SAM.gov. See special notice, ""Cybersecurity Maturity Model Certification (CMMC) Program Implementation"" issued by USACE Headquarters, Directorate of Contracting. SAM.gov and https://dodcio.defense.gov/CMMC/ for more information on how to get certified. LOCAL SOURCES Firms which have not done business with U.S. Army Corps of Engineers, Japan Engineering District, are requested to visit the following website: https://www.poj.usace.army.mil/Business-With-Us/ for general information. This contract will be performed in its entirety in the country of Japan and is intended only for local sources. Only local sources will be considered under this solicitation. Local sources are sources (e.g. corporations, partnerships, or Joint Ventures [For a Joint Venture, the Joint Venture as an independent entity must satisfy the local source requirements or, in the alternative, each member of the Joint Venture must individually satisfy the local source requirements]) that are physically located in Japan and authorized (i.e. licensed and registered) to perform construction in Japan. Specifically, a prospective offeror must be duly authorized to operate and conduct construction business in Japan and must fully comply with all applicable laws, decrees, labor standards, and regulations of Japan during the performance of the resulting contracts. In addition, offerors must possess a Japanese civil construction (doboku isshiki koji) license or Japanese architectural construction (kenchiku isshiki koji) license by the proposal due date and time. The U.S. Government will verify that the offeror has the license through the Ministry of Land, Infrastructure, Transport and Tourism (MLIT) website at https://etsuran2.mlit.go.jp/TAKKEN. It is the responsibility of the offeror to ensure that it has the license (Japanese civil construction or Japanese architectural construction), and that it is accurately shown on the MLIT website, by the proposal due date and time. Failure to comply with this requirement will be cause for rejection of your offer. The U.S. Government will not offer �United States Official Contractor� status under Article XIV of the US-Japan Status of Forces Agreement (SOFA) to U.S. contractors normally resident in the United States; nor will the U.S. Government certify employees of such contractors as �Members of the Civilian Component� under Article I(b) of the SOFA. PROJECT INFORMATION: Project Title: DESC2103C - Bulk Fuel Storage Tanks Phase II Project Location: Yokota Air Base, Japan Project FSC: Y1NA - Construction of Fuel Supply Facilities Project NAICS: 237120 - Oil and Gas Pipeline and Related Structures Construction Project Magnitude: Between �2,500,000,000 and �10,000,000,000 (Japanese YEN) Project Description: Construct one 100,000-barrel cut-and-cover JP-8 storage tank. A pump house is to be provided on the top of the tank and contain four 600-gpm issue vertical turbine pumps and one 50-gpm water draw off vertical turbine pump. The new tank will include a high-level valve, independent level alarms, and the hardware necessary for the automatic tank gauging (ATG) system. The new tank includes piping, valves, vaults and appurtenances connecting to an existing filter separator building. The new control system of the new tank will be connected to the existing filter building that houses pump control Programmable Logic Controller (PLC) and Human Machine Interface (HMI), automatic tank gauge (ATG) reporting module capable of reporting inputs from all Eastside Fuel Facility tanks. A product saver tank is to be provided for the new bulk storage tank. The Pump House will be of reinforced concrete construction and site adapted to meet local conditions. The roof will be a low slope concrete roof with built-up roofing with overhangs over doorways. The tank is to be steel with concrete outer wall with a rolling cover for access to tank mounted equipment. The product recovery pump will return reclaimed fuel back through receipt filtration to the bulk storage tanks. PROCUREMENT METHOD: The Government anticipates issuing a Request for Proposal (RFP) solicitation August 2026. This survey does not constitute a commitment by the Government for any follow-on announcements, solicitation, or award. Any solicitations pursued will be intended for local sources only. Local sources are those sources physically located and authorized to perform construction work in Japan. Draft plans and specifications are being provided for INFORMATIONAL PURPOSES. Offerors are cautioned that these drawings and specifications are in DRAFT FORMAT. ========================================================================== REQUESTED INFORMATION Interested firms are requested to reply with the following information no later than 20 November 2025 Japan Standard Time. Please submit your responses via e-mail to Ms. Jennifer Knutson, Contracting Officer at jennifer.h.knutson@usace.army.mil and Mr. Jiro Miyairi, Contract Specialist at jiro.miyairi@usace.army.mil QUESTIONS RELATED TO THE DRAFT SPECIFICATIONS AND DRAWINGS. The Government is seeking to minimize proposed variations or substitutions during the solicitation bidder inquiry period. Due to strict timelines, our ability to fully analyze these requests during the solicitation phase is often limited. We value your feedback and expertise, and encourage you to share your comments and proposed alternatives during this sources sought/market research phase. This will allow the Government adequate time to research and incorporate viable suggestions into the final design. Please note that this does not constitute a commitment to accept every recommendation. While we will make every effort to consider your suggestions, we must also ensure compliance with all applicable requirements, regulations, policies, and standards. Name of your company, address, phone number, email, SAM UEI, CAGE Code, and English Speaking Point of Contact (POC) name. Does your company have CMMC certification? If yes, what level and when does it expire. Identify your current construction bonding levels: a. Single Contract Amount b. Aggregate Maximum Contract Amount c. Name of Sureties Describe your firm's interest, capability and experience relative to the work described in the interested Project Description. Please provide at least one (1) project, but no more than three (3) projects, that is comparable to this project your company has completed (for government or commercial customers) in the past twenty (20) years. a. Project Title and Location b. Customer/Agency c. Project Value and Brief Description d. Date Completed or Percent Complete e. Your role (Prime, Subcontractor, Designer of Record, Joint Venture, etc) NOTICE OF INTENT - BRAND NAME OR EQUAL. The Government is conducting market research to determine the availability of suitable products and solutions for certain requirements within this project, in accordance with DFARS PGI 206.302-1. This notice serves as notification of our intent to specify certain requirements as ""brand name or equal."" A Justification and Approval (J&A) addressed in FAR 6.303 will be required if a brand name or equal approach is ultimately pursued, per DFARS 206.302-1(c)(2). The purpose of this notice is to gather information from industry to help the Government determine the best approach to fulfilling these requirements, ensuring we meet our needs while maximizing competition and value. a. Interior Finishes - To convey the basis of design used for interior color and finishes, manufacturer and product names are identified solely to provide and convey a basis for the color, pattern and visual integrity of the respective finishes. By providing this basis, the contractor can determine if the product submitted for approval will conform to the intended aesthetic of the design. This will lead to an overall coordinated, structural interior design for the entire building as intended by the qualified interior designer. The specifications and manufacturer names are illustrative for coordinated design aesthetics only and not shall not be construed as limiting competition to the identified brand. The Contractor may, at its option, use any product that, in the judgement of the Contracting Officer, is equal to that named in the specifications, unless otherwise specifically provided in the contract. (See DRAFT Drawing Sheet A-600) i. Do you have concerns regarding the Government's intent to use a 'brand name or equal' approach for architectural finishes? If so, please provide details of your concern and any alternative solutions for the Government's consideration. b. Automatic Tank Gauge (ATG) System � The Government intends to specify the Automatic Tank Gauge (ATG) system with associated ground readers as �ENRAF 954 (with Smartview Ground Reader), Veeder Root TLS 450P (with Veeder Root 450+ display ground reader), or MTS Tank Slayer (with Actemium WAGO PLC monitor, Temposonic Level Plus Touchscreen, Red Lion Graphite, or Exor HMI Ground Reader) OR EQUAL.' All systems to be integrated from gauge data to a new �Actemium WAGO Program Logic Controller (PLC) communication system OR EQUAL.� These specific systems have been identified because of their proven reliability, accuracy, and compatibility with the existing fuel infrastructure at Yokota Air Base. They also meet critical requirements of UFC 3-460-01 Design: Petroleum Fuel Facilities. The manufacturers identified shall not be construed as limiting competition to the identified brands. The Contractor may, at its option, use any product that, in the judgement of the Contracting Officer, is equal to that named in the specifications, unless otherwise specifically provided in the contract. Refer to draft specification 33 52 43.11 paragraph 2.7 for the minimum characteristics that a proposed system must meet to be considered 'equal.� i. Do you have concerns with providing any of the proposed ATG systems and associated ground readers or an 'or equal' product that meets the characteristics outlined in specification 33 52 43.11 paragraph 2.7? If so, please detail your concerns, including specific technical challenges or cost considerations. ii. Are there any aspects of the specified characteristics in specification 33 52 43.11 paragraph 2.7 that you believe are unduly restrictive or that unnecessarily limit competition? If so, please explain the specific requirement(s) causing concern, the reasons for your concern, and provide specific, detailed recommendations for equivalent or alternative solutions that would still meet the Government's functional requirements. iii. Are there other commercially available ATG systems and associated ground readers that you believe are capable of meeting the Government's requirements? If so, please provide detailed product information, including specifications, certifications, and past performance data. The anticipated period of performance is 950 calendar days after receipt of Notice to Proceed. Do you have any concerns with this period of performance? If so, please provide details on the reasons for concern. Are there any concerns with any of the U.S. products, materials, or testing standards currently specified (for example: API 653 for fabrication of tank, AWS/ASME for welding, ASME for non-destructive examination)? If so, please provide details on the specific requirements causing concern, the reasons for this concern, and any recommendations for equivalent qualifications or alternative solutions for the Government's consideration. A single-system supplier is required (see specification section 33 52 43.11) for this project. Are there any concerns with finding a system supplier that meets the requirements? If so, please provide details on the specific requirements causing concern, the reasons for this concern, and any recommendations for equivalent qualifications or alternative solutions for the Government's consideration. The Government requires third-party inspectors to observe certain work activities, including but not limited to concrete placement, structural steel welds, and structural steel bolting. Do you foresee any difficulty in finding third-party inspectors who meet the specified qualification requirements? If so, please provide details on the specific requirements causing concern, the reasons for this concern, and any recommendations for equivalent qualifications or alternative solutions for the Government's consideration. Do you have any other concerns related to the Draft technical specifications and drawings? Are there any other comments or suggestions that may increase your interest? Additional Info: U.S. Army Corps of Engineers, Japan District, Camp Zama, Japan Contracting Office Address: USACE District, Japan Attn: CEPOJ-CTN Unit 45010 APO, AP 96343-5010 Points of Contact: Jiro Miyairi 046-407-8837 jiro.miyairi@usace.army.mil Jennifer Knutson 046-407-8839 jennifer.h.knutson@usace.army.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/9dbe1aa766c143f1887b773e178609e6/view)
- Place of Performance
- Address: JPN
- Country: JPN
- Country: JPN
- Record
- SN07623437-F 20251022/251020230040 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |