The RFP Database
New business relationships start here

Demolish 12 Buildings at Kawakami Ammunition Depot, Hiroshima, Japan


Armed Forces Pacific, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The solicitation is uploaded herein except for drawings (Attachment 1b, 2b, 3b, 4b, 5b, 6b, 7b, 8b, 9b, 10b, 11b and 12b). The offerors shall contact following POCs to obtain the drawings in a timely manner.

POCs:
Ms. Kanae Yamamoto (email: kanae.yamamoto.jp@us.af.mil, Phone 042-552-1046) and Ms. Emi Yasuda (email: emi.yasuda.jp@us.af.mil, Phone 042-552-1046)

A site visit (SV) will be conducted at 1000 hrs on 9 Jul 19 at Kawakami Ammunition Depot, Hiroshima-ken, Japan (see Section L in SF 1442). The number of participants are limited to 2 personnel (to include a base pass holder) and 1 vehicle per offeror. All SV attendees who do not have base access passes to Kawakami Ammunition Depot are requested to fill out attached USAG-J Form 1529 and submit it to the above listed POCs no later than 1100 hours, 28 Jun 2019 (Japan Standard Time).

It is the offeror's reponsibility to ensure above POCs' receipt of your e-mail. 

Please Note: The offeror is required to represent that it is duly authorized to operate and to do business in the country of Japan in which the contract is to be performed, IAW DFARS 252.225-7042, "Authorization to Perform". Also, the resulting contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses and permits, and for complying with any host government (the Japanese government) and political subdivision laws, codes, and regulations applicable to the performance of the work IAW FAR 52.236-7, "Permits and Responsibilities", as supplemented by AFFARS 5336.507.


1. Work Requirements:

This project includes the following twelve (12) demolition projects at Kawakami Ammunition Depot (KAD), Hiroshima-ken, Japan.

Project No. W-13-705, Demolish Building T-2760, KAD (Storage Building)
Project No. W-14-702, Demolish Building 2666, KAD (Office Building)
Project No. W-15-705, Demolish Building T-2764, KAD (Storage Building)
Project No. W-15-706, Demolish Building T-2765, KAD (Storage Building)
Project No. W-15-707, Demolish Building T-2743, KAD (Storage Building)
Project No. W-15-708, Demolish Building T-2744, KAD (Storage Building)
Project No. W-15-709, Demolish Building T-2746, KAD (Storage Building)
Project No. W-15-710, Demolish Building T-2753, KAD (Storage Building)
Project No. W-15-711, Demolish Building T-2756, KAD (Storage Building)
Project No. W-19-704, Demolish Building T-2747, KAD (Storage Building)
Project No. W-19-705, Demolish Building T-2748, KAD (Storage Building)
Project No. W-19-706, Demolish Building T-2757, KAD (Storage Building)

  a. Typical work requirements for eleven (11) storage building include (but are not limited to):

  (1) Demolish existing building including reinforced concrete foundations
  (2) Cover the removed building footprint area and access road with asphalt concrete pavement
  (3) Clean up all the removed/affected area of the project

  b. Typical work requirements for one (1) office building include (but are not limited to):

  (1) Remove and dispose of existing asbestos containing materials
  (2) Demolish existing building including reinforced concrete foundations
  (3) Remove existing underground utility piping, plumbing fixture, septic tanks, diesel fuel above-storage tank, etc.
  (4) Remove existing electrical fixtures, underground conduit wiring and underground communication line
  (5) After removing existing concrete foundations and pavement, fill up the depression area with new soil to match existing ground level
  (6) Grade and place sodding
  (7) Clean up all the removed/affected area of the project

  c. Performance Period to complete the entire requirements is 720 calendar days after issuance of government Notice-to-Proceed.

2. The magnitude of this project is between JPY111,593,800 ($1M) and JPY557,969,000 ($5M) in accordance with (IAW) FAR 36.204 (f), which means the Government's cost estimate falls in this range.

3. The solicitation method will be Invitation for Bid (IFB) that employs competitive bids, public opening of bids and award.

4. The Contractor will be required to furnish a Bid Guarantee and Performance Bond for this project.

This notice does not obligate the Government to award contracts nor does it obligate the Government to pay for any bid/proposal preparation costs.  






Kanae Yamamoto, Contract Specialist, Phone 81-42-552-1046, Fax 81-42-551-0973, Email kanae.yamamoto.jp@us.af.mil - Gary S. Scullin, Contracting Officer, Phone 81-42-552-1046, Email gary.scullin.1@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP