Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 01, 2023 SAM #7736
SOURCES SOUGHT

Y -- Design-Build FY24 HY2403, Whole House and Utilities Revitalization, Ikego Townhouses PH5, COMFLEACT Fleet Activity Yokosuka, (CFAY, Japan

Notice Date
1/30/2023 7:09:34 PM
 
Notice Type
Sources Sought
 
NAICS
236118 — Residential Remodelers
 
Contracting Office
US ARMY ENGINEER DISTRICT JPN APO AP 96338-5010 USA
 
ZIP Code
96338-5010
 
Solicitation Number
W912HV-23-Z-0016
 
Response Due
2/13/2023 5:00:00 PM
 
Archive Date
03/15/2023
 
Point of Contact
Norman Roldan, Nakiba Jackson
 
E-Mail Address
norman.roldan.civ@usace.army.mil, nakiba.s.jackson.civ@usace.army.mil
(norman.roldan.civ@usace.army.mil, nakiba.s.jackson.civ@usace.army.mil)
 
Description
INTRODUCTION:� The U.S. Army Corps of Engineers, Japan District (POJ), is performing market research for an upcoming Design-Build (DB) housing construction project at CFAY Ikego Detachment, Yokosuka, 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 USACE-JED to facilitate decision-making and will not be disclosed outside the agency. However, respondents submitting business information pursuant to this Sources Sought/RFI 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. LOCAL SOURCES AND BIDDER ELIGIBILITY 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 in Japan, the type of construction work specific in this solicitation.� Specifically, a prospective bidder must be duly authorized to operate and conduct 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.�� Offerors must be registered with the Government of Japan to do construction work in Japan and possess necessary construction licenses and permits to perform work required under this solicitation at the time a bid is submitted.� Construction license will be verified through the Government of Japan � Ministry of Land, Infrastructure, Transport, and Tourism (MILT) https://etsuran.mlit.go.jp/TAKKEN.� 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: �FY24 HY2403 � Whole House and Utilities Revitalization, Ikego Townhouses Phase 5 Project Location:� CFAY Ikego Detachment, Yokosuka, Japan Product Service Code (PSC):� Y1FA � Construction of Family Housing Facilities NAICS Code:� 236118 � Residential Remodelers Project Magnitude:� Between �2,500,000,000 and �10,000,000,000 ($25,000,000 and $100,000,000) (DFARS 236.204) Project Description:� Design-Build. This project will revitalize and correct UFC deficiencies for fifty-three (53) officer and enlisted townhouse family housing units of nine (9) two-story concrete construction family housing buildings within Area Group C, D, and G at CFAY Ikego. It will also revitalize and modernize the utility systems serving the family housing units at Ikego Detachment. Revitalize existing officer and enlisted townhouse family housing units. Repair and modernize the exterior and interior as required, work includes the complete renovation of kitchens, bathrooms and laundry rooms. Exterior repair incudes but not limited to cleaning, painting, waterproofing, structural and nonstructural repairs. Replace windows that are outdated, broken or malfunctioning. Replace interior finishes including floors and doors. Kitchen renovations will replace cabinets, countertops, sinks, range hoods and dishwashers. Bathroom renovations will replace tubs, showers, vanities, toilets and associated fittings. Install new energy and water saving washers and dryers. Replace and modernize the electrical, fire protection, cable TV, internet and communication systems. Modernize HVAC systems including new ductwork when necessary and the use of energy saving materials. Revitalize the utility systems including mechanical systems in mechanical rooms and utility lines that serve the Ikego Detachment. Paving and site improvements include sidewalk and patio repairs, pavement patches for utility cuts, lawn repair, tree replacement and grading as required. Estimated Period of Performance: �To Be Determined (The Government anticipates fast-tracking) ------------------------------------------------------------------------------------------------------------------------------ Proposed Procurement Method:� The Government anticipates the issuance of a Two-Phase Design-Build Request for Proposal (RFP) solicitation in accordance with FAR Subpart 36.3 and FAR Part 15. Results of this market research will assist the Government in acquisition planning.� This survey does not constitute a commitment by the Government for any follow-on announcements, solicitation, or award. This contract will be performed in its entirety in the country of Japan, and any solicitation posted will be intended for local sources only. Local sources are those sources physically located and licensed to conduct business in Japan.� See local source information within this notice. NOTE: The DRAFT Specifications included in this Notice are provided for INFORMATIONAL PURPOSES ONLY.� Interested firms are cautioned that ALL attachments to this notice are provided in DRAFT FORMAT and subject to change. ------------------------------------------------------------------------------------------------------------------------------ REQUESTED INFORMATION Interested firms are requested to submit the following information via e-mail to Nakiba.S.Jackson.civ@usace.army.mil and Norman.Roldan.civ@usace.army.mil no�later than 15 February 2023, 10:00 a.m., Japan Standard Time (JST): Name of your company, address, phone number, email address, point of contact (POC) name, Unique Entity ID Number, and CAGE Code. Identify your current construction bonding levels (single and aggregate) and Surety name(s). Describe your firm's capability and experience relative to the work described in each of the Project Descriptions.� Please provide the following information on comparable housing Design-Build projects (for government or commercial customers) completed in the past ten (10) years.� __ a.� Project Title and Location b.� Contract Number (if any) c.� Customer/Agency d.� Project Value e. Design Build (DB) OR Design-Bid-Build (DBB) f.� Brief Description g. Date Completed or Percent Complete h. Your role (Prime, Subcontractor, Designer of Record (DOR), Joint Venture, etc) i.� DOR in-house or subcontracted. 5.� Describe your firm's level of interest relative to all aspects of the work the project.� Please also indicate if you are interested as a Prime or Subcontractor.� 6.� Does your firm have in-house personnel/engineers to perform a D-B contract or do you subcontract to separate design firms? 7.� If you subcontract to a separate design firm, is it common industry practice to subcontract to one design firm or multiple design firms for a single project? 8.� Do you have any specific concerns regarding this project being Design-Build that affects your interest/participation? 9.� The Government anticipates the following timeline (if a solicitation is pursued). Milestone� HY2304 Phase 1 � � FY 23 - Qtr #4 Phase 2���� FY 24 - Qtr #2 Award��� � � FY 24 - Qtr #2 ������ a. Do you have concerns regarding this acquisition timeline? ������ b.� Are you aware of or interested in other projects planned within this timeframe that may affect your interest in this project? ������ c.� Which projects will take priority? ������ 10. Do you prefer Design-Build OR Design-Bid-Build and why? ������ 11.� Are there any other comments or suggestions that may increase your interest or participation? ������ 12.� Do you have any other concerns?
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bbfa2022dfd940709287a478c074fb44/view)
 
Place of Performance
Address: JPN
Country: JPN
 
Record
SN06577137-F 20230201/230130230107 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.