FY 22 Airfield Damage Repair Equipment Storage Facility

expired opportunity(Expired)
From: Federal Government(Federal)
W912HV22B0009

Basic Details

started - 10 Nov, 2022 (17 months ago)

Start Date

10 Nov, 2022 (17 months ago)
due - 10 Nov, 2022 (17 months ago)

Due Date

10 Nov, 2022 (17 months ago)
Bid Notification

Type

Bid Notification
W912HV22B0009

Identifier

W912HV22B0009
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (706928)DEPT OF THE ARMY (132826)USACE (38018)POD (1587)US ARMY ENGINEER DISTRICT JPN (290)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Amendment 0003 issued 27 October 2022 - Revised specifications.  Amendment can be downloaded from https://piee.eb.mil/sol/xhtml/unauth/search/oppMgmtLink.xhtml?solNo=W912HV22B0009Amendment 0002 issued on 5 October 2022.Amendment 0001 issued on 23 September 2022.PROJECT INFORMATION Project Title: FY 22 Airfield Damage Repair Equipment Storage Facility Project Location: Yokota Air Base, Japan Project FSC: Y1BZ ? Construction of Other Airfield Structures Project NAICS: 236220 ? Commercial and Institutional Building Construction 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-Bid-Build. Construct an Airfield Damage Repair material/equipment storage facility utilizing conventional design and construction methods to accommodate the Civil Engineer mission of airfield
damage repair by storing all new airfield damage repair assets. The facility will include a structural steel frame with metal panel siding on a concrete base. The roofing is standing seam metal on metal deck with steel joists. The project will include supporting facilities such as utilities, pavements, and site improvements to provide a complete and useable facility. Facilities will be designed as permanent construction in accordance with the Department of Defense Unified Facilities Criteria1-200-01, General Building requirements. This project will comply with Department of Defense Antiterrorism/Force Protection requirements per Unified Facilities Criteria 4-010-01, Department of Defense Minimum Antiterrorism Standards for Buildings.4-010-01 PRE-BID CONFERENCEA telephonic pre-bid conference is scheduled for: Monday, 25 July 2022 (JST)Companies that wish to attend shall send an email notification no later than Monday, 11 July, 2022 Japan Standard Time to the POCs identified below with the company name, participant name(s) and POC email address. Upon receipt of the notification, a call-in number will be sent to the company POC no later than Friday, 22 July 2022, Japan Standard Time. Point of Contacts: Contract Specialist: Ryan.J.Marzetta.civ@usace.army.milContracting Officer: Jennifer.H.Knutson.civ@usace.army.milOfferors are strongly urged to attend the pre-bid conference. The purpose of this conference is to promote uniform interpretation of the solicitation documents and can include discussions of any problems with interpretations of the solicitation documents identified by potential offerors. In no event will a failure to attend the pre-bid conference constitute grounds for a claim after award of the contract. If there is any conflict between the information presented at the conference, the terms and conditions of the solicitation govern.******************************************************************************SYSTEM FOR AWARD MANAGEMENT (SAM). All interested companies shall be actively registered in the System for Award Management (SAM) database in order to be eligible for award of Government contracts. For a Joint Venture, the Joint Venture as an independent entity must be registered in SAM as such. Information on registration and annual confirmation requirements may be found at http://www.sam.gov. OFFEROR ELIGIBILITY. 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 offeror 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. In addition, prior to award of the 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. 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. *Visit 'https://piee.eb.mil/sol/xhtml/unauth/search/oppMgmtLink.xhtml?solNo=W912HV22B0009' to obtain more details.*

KO CONTRACTING DIVISION UNIT 45010 CAMP ZAMA  APO , AP 96338-5010  USALocation

Place Of Performance : KO CONTRACTING DIVISION UNIT 45010 CAMP ZAMA APO , AP 96338-5010 USA

Country : JapanState : Kanagawa

Classification

naicsCode 236220Commercial and Institutional Building Construction
pscCode Y1BZCONSTRUCTION OF OTHER AIRFIELD STRUCTURES