FY24 FSRM Renovate MFH Tower 4511 Camp Courtney, Okinawa

expired opportunity(Expired)
From: Federal Government(Federal)
W912HV-24-B-0008

Basic Details

started - 07 Mar, 2024 (1 month ago)

Start Date

07 Mar, 2024 (1 month ago)
due - 05 Mar, 2024 (1 month ago)

Due Date

05 Mar, 2024 (1 month ago)
Pre-Bid Notification

Type

Pre-Bid Notification
W912HV-24-B-0008

Identifier

W912HV-24-B-0008
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709024)DEPT OF THE ARMY (133114)USACE (38130)POD (1587)W2SN ENDIST JAPAN (47)
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.

** 07 Mar 2024> This solicitation is on hold until FY25 for budgetary reasons. We appreciate your support and hope to hear from you in the future when we issue the solicitation.** Synopsis / Pre-Solicitation NoticeW912HV-24-B-0008FY24 FSRM Renovate MFH Tower 4511Camp Courtney, Okinawa, JapanIntroduction: The U.S. Army Corps of Engineers, Japan District (POJ), Okinawa Area Office (OAO) is providing a Pre-Solicitation notice pursuant to Federal Acquisition Regulation (FAR) 36.213-2 for an upcoming Invitation for Bids. This notice is not a solicitation.PROJECT INFORMATION:Project Title: FY24 FSRM Renovate MFH Tower 4511, Camp CourtneyProject Location: Okinawa, JapanProduct Service Code (PSC): Y1FA – Construction of Family Housing FacilitiesNAICS Code: 236220 – Commercial and Institutional Building Construction Project Magnitude: Between $25,000,000 and $100,000,000 (between ¥3,479,087,500.00 and ¥13,916,350,000.00) (DFARS 236.204)Estimated Period of Performance: 730 daysProjected
Solicitation Issue: April of 2024Projected Bid Opening: July/August of 2024Base Contract Line Item (CLIN) CLIN 0001 Tower 4511 Repair and Renovation Work on Camp CourtneyProject Description: This project will provide whole-house interior and exterior modernization, renovation and repair of a 9-story family housing tower with 68 dwelling units. This project will use conventional design and construction methods that are compatible with applicable DoD & AF standards to provide complete and usable facilities.Work includes, but is not limited to, repair of facilities: Shell & Core: Building System - Electrical Systems, Exterior Structure, Fire and Life Safety, Mechanical Systems, Plumbing Systems, and Roof Structure; Common Area – Corridors, Garbage Disposal Rooms, Janitors Closets, Mechanical Room, Recreation Rooms, and Women/Men Restrooms; Lot – Utilities and Dwelling unit: Building System - Electrical Systems, Exterior Structure, Fire and Life Safety, Interior Structure, and Plumbing Systems; Space – Balcony, Bathroom, Bedroom, Dining Room, Exterior Storage, Family Room, Foyer, Hallway, Interior Storages, Kitchen, Laundry Room, Closets, and Living Room.Work includes all labor, transportation, materials, equipment, and supervision necessary to accomplish various construction, demolition, repairs, alterations, and associated incidental environmental work(including, but not limited to, asbestos, lead-based paint, mold, PCBs, site contamination, etc.) to U.S. Government facilities in Japan, by means of this Design-Bid-Build (D-B-B) contract.SOLICITATION INFORMATION:1. The Government anticipates the issuance of an Invitation for Bids (IFB) solicitation. 2. The solicitation when issued will identify the proposal submission due date. All solicitation documents, drawings, and specifications will be posted on the Procurement Integrated Enterprise Environment (PIEE) with notice on System for Award Management (SAM) when issued. Interested vendors are responsible for monitoring PIEE/SAM websites for issuance of the solicitation and/or amendments.3. The Government intends to award a firm-fixed-price construction contract as a result of this IFB.4. All interested companies shall be actively registered in the SAM database in order to be eligible for award of Government contracts. Information on registration and annual confirmation requirements may be found at http://www.sam.gov. For a Joint Venture, the Joint Venture as an independent entity must be registered in SAM as such.5. The US Army Corps of Engineers Japan District (POJ) has transitioned to Procurement Integrated Enterprise Environment (PIEE) Solicitation Module for bid/proposal submission (unless otherwise specified in the solicitation), to replace DOD SAFE. It is recommended that contractors create their PIEE Solicitation Module account as soon as possible and not wait till bid/proposal due date, as access may take time. The following information is provided for reference.Step 1: Complete vendor registration on https://piee.eb.mil/. Instructions for registration can be found through: https://www.acq.osd.mil/asda/dpc/ce/cap/docs/piee/PIEE_Solicitation_Module_Vendor_Access_Instructions.pdfStep 2: Upload offer in the Solicitation Module through https://piee.eb.mil/ . Instructions for uploading an offer can be found through: https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/solicitation/proposals.xhtml6. 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.7. 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 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. Offerors are required to 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 an offer 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.8. No small business set-aside is provided.Contracting Office Address: Contracting Division, Japan District, US Army Corps of EngineersRm 116, Bldg 364Camp FosterChatan-Cho, Okinawa, JapanZip Code: 904-0100Points of Contact: Primary: Valeria FisherContract Specialistvaleria.fisher@usace.army.milAlternate: H. Christine AllenContracting Officerheather.c.allen@usace.army.mil

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

Place Of Performance : N/A

Country : JapanState : Okinawa

Office Address : KO CONTRACTING DIVISION UNIT 45010 CAMP ZAMA APO , AP 96338-5010 USA

Country : JapanState : KanagawaCity : Zama

Classification

naicsCode 236220Commercial and Institutional Building Construction
pscCode Y1FACONSTRUCTION OF FAMILY HOUSING FACILITIES