SOLICITATION NOTICE
Z -- Repair SOW Ops Facility B3524
- Notice Date
- 6/17/2025 12:36:13 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- FA5270 18 CONS PK APO AP 96368-5199 USA
- ZIP Code
- 96368-5199
- Solicitation Number
- FA527025R0015
- Response Due
- 6/24/2025 10:00:00 PM
- Archive Date
- 07/10/2025
- Point of Contact
- Marina Joyce Amosin, Phone: 6347619, Gary Wynder, Phone: 6345818
- E-Mail Address
-
marina_joyce.amosin.ph@us.af.mil, gary.wynder@us.af.mil
(marina_joyce.amosin.ph@us.af.mil, gary.wynder@us.af.mil)
- Description
- 17 June 2025 Amendment: The purpose this amendment is to update the projected milestones to the following: Phase I - Request for Qualifications 20 June 2025 Issuance of RFQ 27 June 2025 Due date for Request for Information 21 July 2025 Qualification responses due from offerors The government will not provide a stipend of $7,000.00 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 2025 Amendment: The purpose of this amendment is to update the projected milestones to the following: Phase I - Request for Qualifications 13 June 2025 Issuance of RFQ 20 June 2025 Due date for Request for Information 21 July 2025 Qualification responses due from offerors 27 May 2025 Amendment: - Uploaded revised Site Visit Request Form. It's been revised to no more than 10 individuals per company. As stated below, the facility requires additional approval prior to attending the site visit. Only individuals that provided their information are allowed to access the facility. 16 May 2025 Amendment: - Uploaded Site Visit Request Form To receive access of the files below kindly send an email request to the POCs specified in this notice. - Uploaded A-1 B3524 Structural Assesment Programming Report (Controlled Access) - Uploaded A-6 As Builts (Controlled Access) Site Visit: 5 Jun 2025 at 09:00AM The Special Operations Facility requires additional access approval prior to attending the site visit. Please fill out the site visit form by 29 May 2025, Only individuals that provided their information are allowed to access the facility. 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 Jun 1, 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 236220 � Commercial and Institutional Building 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. Phase II will be conducted in accordance with the procedures authorized by 10 U.S.C. 3241 and 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 stipend of $7,000.00 will be provided to all offerors selected for Phase II for the development and submission of their proposal package A solicitation will be available on this site and the PIEE Solicitation module on or about 1 Jun 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 1100 calendar days. DESCRIPTION OF WORK: This project will repair the facility�s structural concrete spalling, roof, and mechanical and electrical systems. The concrete roof will be completely rebuilt, including an anchoring system and seismic improvements. Insulation will be installed on the interior side of the exterior walls and below the roof slab. The ventilation and air conditioning, electrical, and fire protection systems will be replaced throughout the building. Project also includes the patching and repair of concrete spalling, structural repairs to the concrete masonry unit load-bearing walls, replacement of interior doors, and repairs to finishes including gypsum and drop ceilings. The roof and concrete beams as well as select foundation footings will be demolished; footing extensions and slab on grade improvements included where new or extended shear walls are required. Rooftop penthouses for mechanical equipment will be removed. 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 II milestones that will be adjusted as necessary. Phase I � Request for Qualifications 1 Jun 2025 Issuance of RFQ 18 Jun 2025 Due date for Request for Information 1 Jul 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 1 Jun 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/fe64785269ee4ad183be4874dda6bf23/view)
- Place of Performance
- Address: JPN
- Country: JPN
- Country: JPN
- Record
- SN07480576-F 20250619/250617230049 (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 |