SOLICITATION NOTICE
Z -- Repair SOW Ops Facility B3524
- Notice Date
- 6/18/2025 12:25:16 AM
- Notice Type
- Solicitation
- 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
- 7/20/2025 6:00:00 PM
- Archive Date
- 07/31/2025
- Point of Contact
- Marina Joyce Amosin, Phone: 01181989617619, 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
- CONTRACTING ACTIVITY: 18th Contracting Squadron, Kadena AB, Okinawa, Japan. CONTRACT INFORMATION: This is a Firm-Fixed Price (FFP) Design-Build, a two-phase selection process stand-alone contract to provide a Request for Proposal (RFP) for the 353rd SOW Operations Facility Building 3524 in 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. DESCRIPTION OF WORK: Design-Build repair for 353rd Special Operations Wing (SOW) Operations Facility Building 3524 roof, including replacement, anchoring, and seismic upgrades. Interior improvements include insulation, electrical/HVAC/fire system upgrades, concrete/masonry repairs, new doors, and finish repairs. Demolition and reconstruction of roof/beams/footings are required for shear walls. Rooftop penthouses will be removed. Sustainable practices will be implemented. Contractor will assess and abate asbestos and lead-based paint according to US and Japanese regulations. Assumed presence of ACM/LBP in similar materials is required for abatement planning. 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/81fae52f89504b2dbdf3f3aaca2b3f7a/view)
- Place of Performance
- Address: Okinawa, Japan
- Record
- SN07482721-F 20250620/250618230335 (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 |