SOLICITATION NOTICE
Z -- LXEZ201076 Repair Water Lines Around Airfield, II
- Notice Date
- 6/17/2025 5:53:51 PM
- Notice Type
- Presolicitation
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- FA5270 18 CONS PK APO AP 96368-5199 USA
- ZIP Code
- 96368-5199
- Solicitation Number
- FA527025R0025
- Response Due
- 6/10/2025 8:00:00 PM
- Archive Date
- 06/26/2025
- Point of Contact
- Kurt Stuebs, Phone: 6344919, Marcus Reedom, Phone: 6342372
- E-Mail Address
-
kurt.stuebs.2@us.af.mil, marcus.reedom.2@us.af.mil
(kurt.stuebs.2@us.af.mil, marcus.reedom.2@us.af.mil)
- Description
- 18 June 2025 Amendment: The purpose of this amendment is to update the projected milestones to the following: Phase I - Request for Qualifications 27 June 2025 Issuance of RFQ 7 July 2025 Due date for Request for Information 28 July 2025 Qualification responses due from offerors The government will not provide a stipend of $5,000.00 to offerors selected for Phase II of this project. This decision is based on the understanding that the Phase II submission does not require complex design work. Therefore, no stipend is deemed necessary for the development and submission of Phase II materials. 3 June 25 Amendment: Th purpose of this amendment is to update the projected milestones to the following: Phase I � Request for Qualifications 11 June 2025 Issuance of RFQ 18 June 2025 Due date for Request for Information 14 July 2025 Qualification responses due from offerors 27 May 25 Amendment: The purpose of this amendment is the following: - Uploaded site visit rservation form. Please fill out the site visit and send it to Kurt Stuebs, kurt.stuebs.2@us.af.mil, by Thursday, 29 May 2025. Only individuals that provided their information will be able to attend the site visit. - Uploaded As-Built Drawings (Controlled Access). To receive access to the file, please kindly send an email request to the POCs specified in this notice. 22 May 25 Amendment: The purpose of this amendment is to incorporate site visit information. Site Visit: 4 Jun 2025 at 09:00AM Please email Kurt Stuebs, kurt.stuebs.2@us.af.mil, and Marcus Reedom, marcus.reedom.2@us.af.mil, to request participation in the site visit and to receive additional instructions. CONTRACTING ACTIVITY: 18TH Contracting Squadron, Kadena AB, Okinawa, Japan This pre-solicitation notice is posted IAW FAR 5.204 ""Presolicitation Notices"". The Government intends to electronically release a solicitation via PIEE Solicitation Module on or after June 27, 2025. This notice does not obligate the government to award a contract, nor does it obligate the government to pay for any proposal preparation costs. CONTRACT INFORMATION: This is a pre-solicitation notice for a Firm-Fixed Price (FFP) Design-Build, a two-phase selection process stand-alone contract to provide a Request for Proposal (RFP) for the repair of the existing water distribution mains around the airfield of Kadena AB, Japan. North American Industrial Classification System code is 237110 � Water and Sewer Line and Related Structures Construction. Phase I will be conducted in accordance with FAR Subpart 36.3 and design-build selection procedures authorized by 10 U.S.C. 3241 and 41 U.S.C. 3309. Phase II will be conducted in accordance with FAR Subpart 15.3 and PGI DFARS 215.3. This two-phase approach is fashioned in accordance with the policy outlined in Federal Acquisition Regulation (FAR) FAR 15.3, as supplemented by the Defense Federal Acquisition Regulation Supplement (DFARS) 215.3 and 236.3, Department of the Air Force Federal Acquisition Regulation Supplement (DAFFARS) Subpart 5315.3 and 5236.3, as well as the Department of Defense (DOD) Source Selection Procedures dated 20 August 2022. Phase I: Request for Qualifications (RFQ) - The Government will issue an RFQ to select up to three of the most highly qualified respondents. Phase II: Request for Proposals (RFP) - The Government will issue an RFP to the up to three most highly qualified vendors selected from Phase I. A solicitation will be available on this site and the PIEE Solicitation module on or about 27 June 2025. The Government intends to award one contract. The estimated magnitude of this contract will be between $25,000,000 - $100,000,000. The period of performance is approximately 841 calendar days. DESCRIPTION OF WORK: This is a design-build project with the purpose of replacing existing water distribution mains. This project includes replacing the 16-inch and 12-inch water mains along a new route within the roadway right of way to eliminate the distribution mains running through the flightlines. New fire hydrants will be installed along the proposed alignments in accordance with the UFC and NFPA requirements, providing water main connections onto existing distribution mains and service lines that feed the current facilities, and providing new pressure reducing valve systems to balance the water distribution network�s pressure and flows. Proposed repairs to lines running through the runways include trenching the existing mains (abandon in place) and filling with flowable structural concrete, then backfill to existing grade with excavated material. Other existing mains will be abandoned in place. This project also includes SCADA to enable continual monitoring ensuring water quality is constant and meets requirements. A Cultural Assessment Survey will be conducted on all new water main routes. Work for the project is described in more detail in Section 8 of the Statement of Work (SOW). Sustainable principles, to include life cycle cost- effective practices shall be integrated into the design, development, and construction of the project(s) in accordance with the latest version of UFC 1-200-02, High Performance and Sustainable Building Requirements. NOTE: This requirement will be performed in its entirety in the country of Japan. The successful Offeror must be licensed and registered to perform work in Okinawa Prefecture. All offerors must be registered in the System for Award Management (SAM) (https://www.sam.gov/SAM/). Joint Ventures (JV) must be registered in SAM as the joint venture. Offerors are advised to begin this process when they prepare their proposal in order to ensure this registration is in place should they be selected for the award. Lack of registration in the SAM database will make an offeror ineligible for award. To provide context for the scope of this requirement, the Government has provided a draft Statement of Work and a Planning Charette Report attached to this notice. Vendors are highly encouraged to take full advantage of this advance information. The Government will host a virtual vendor engagement to provide more details about the two-phase selection process and answer questions regarding this requirement. The Government will evaluate qualifications in accordance with the criteria described in the RFP and will award a single firm fixed price contract to the responsible offeror whose proposal the Source Selection Authority (SSA) determines conforms to the solicitation and offers the best overall value to the Government, considering the non-price factors described in the RFP. The following are projected Phase I milestones that will be adjusted as necessary. Phase I - Request for Qualifications 27 June 2025 Issuance of RFQ 7 July 2025 Due date for Request for Information 28 July 2025 Qualification responses due from offerors OBTAINING THE SOLICITATION: The solicitation for this acquisition will be provided in electronic format only and currently scheduled to be available for download on or about 27 June 2025 at the PIEE Solicitation Module website at https://piee.eb.mil/sol/xhtml/unauth/index.xhtml and the System for Award Management website at https://sam.gov/.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/34bf4a9c5d7a4e73824afd97c9372c89/view)
- Place of Performance
- Address: 0, AP, USA
- Country: USA
- Country: USA
- Record
- SN07480498-F 20250619/250617230048 (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 |