The RFP Database
New business relationships start here

PA00109 DoDEA Replace Kinnick High School, Commander Fleet Activities (CFA), Yokosuka, 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 response date and time below does not allow us to use Japan Standard Time. The official due date and time as shown in the solicitation document is 2 p.m. Japan Standard Time on December 19, 2019.




The Government will be conducting two (2) pre-proposal conferences/site visits for this project at 1330 hrs on 30 May and 1330 hrs on 07 Jun 2019. More information will be provided in the solicitation (to be advertised o/a mid May 2019).



PRE-SOLICAITION NOTICE:
The U.S. Army Corps of Engineers, Japan Engineering District (JED) is providing a PRE-SOLICATION notice for a forthcoming Design-Bid-Build (DBB) requirement entitled, "PA00109 DoDEA Replace Kinnick High School, Commander Fleet Activities (CFA), Yokosuka, Japan."

The subject requirement will only be solicited to LOCAL SOURCES IN JAPAN through the utilization of full and open competition procedures. Local sources are those organizations which are physically located and licensed to conduct business in Japan.


PROJECT INFORMATION
Project Title: PA00109 DoDEA Replace Kinnick High School


Project Location: Commander Fleet Activities (CFA), Yokosuka, Japan


North American Industry Classification System (NAICS) Code: 236220, Commercial and Institutional Building Construction


Project Magnitude: ¥10,000,000,000 and ¥25,000,000,000 (Japanese Yen)


Project Description:
Construct a four story high school, roughly 14,700 square meters, with functional areas containing neighborhood instructional spaces, special education spaces, staff collaboration spaces, commons area, performance space, information center, physical education, art room, music room, science labs, career technical education labs, junior reserved officer's training corps, administration suite, health suite, guidance counseling suite, special education suite, food service, janitorial workroom, maintenance support, school supply/storage area, technology service center, and other required areas for a fully functioning high school. Typical construction is anticipated to consist of concrete beam and pile foundation, concrete and structural steel frame, and concrete exterior walls. Interior construction will consist of gypsum wallboard partitions, operable/movable partition walls, and reinforced concrete walls.


The project site consists of two separate but proximate sites: the high school building site and Briggs Bay improvements site. The Briggs Bay improvements construction site is roughly 6.2 hectares and includes play courts (tennis and basketball), playfield, track and field, football/soccer field, baseball and softball fields, fencing, field house building (280 square meters), access road, dog park, and vehicle parking.


Department of Defense (DoD) and Department of Defense Education Activity (DoDEA) principles for high performance and sustainable building requirements will be included in the design and construction of the project in accordance with federal laws and Executive Orders. Low Impact Development will be included in the design and construction of this project as appropriate.


This project will provide Anti-Terrorism/Force Protection (AT/FP) features, including design for progressive collapse and blast-rated windows and doors, and comply with AT/FP regulations, and physical security mitigation in accordance with DoD Minimum Anti-Terrorism Standards for Buildings. Due to the progressive collapse design features of the high school building, the contractor is required to meet the Special Inspections requirements of the contract during construction of the building.


Project includes the construction within the high school building of Designated Seismic Systems (DSS). DSS are those systems identified in the plans and specifications that must remain operable following a design earthquake. DSS have special requirements for certification(s) of the installed equipment of the DSS as well as Special Inspection requirements during construction.


Facilities will be designed to provide cyber security engineering and validation as specified in DoD Unified Facilities Criteria.


The project site is on reclaimed land with dredged fill and the project will require deep concrete pile foundations as a special foundation feature due to the un-compacted or non-uniform nature of the underlying soils


The project includes related infrastructure such as water, sewer, steam, electrical, telephone, local area network, community access television systems, provisions for interior and campus wireless access.


The project includes site work such as signage, fencing, paving, landscaping, covered walkways, canopies, exterior lighting, site prep, site improvements, storm water, low impact development, external AT/FP, pedestrian crosswalks, outdoor play areas, athletic fields.


The project will require demolition of approximately 20,000 SF of existing facilities.
The project will require hazardous material mitigation for all buildings to be demolished, including asbestos removal. U.S. Federal and Japanese Environmental Laws and Regulations will be followed. Part of the site is on reclaimed land area with Tokyo Bay dredge fill material known as Briggs Bay. Soil contamination levels were determined to be acceptable with the implementation of risk management procedures during construction. Environmental mitigation will be required during construction to monitor, contain and remediate the soils.
Facilities will be designed in accordance with DoDEA Education Facilities Specifications, Unified Facilities Criteria, Japan Environmental Governing Standards, Standards of Seismic Safety for Federally Owned Buildings, and energy and water conservation standards.


Facilities will be designed to meet or exceed the useful service life specified in DoD Unified Facilities Criteria. Facilities will incorporate features that provide the lowest practical life cycle cost solutions satisfying the facility requirements with the goal of maximizing energy efficiency.


The government anticipates the Period of Performance will be 52 months.


SOLICIATION INFORMATION:


1.    The proposed project will be procured using a Firm Fixed Price (FFP) contract. The Government intends to issue a competitive solicitation utilizing Lowest Priced Technically Acceptable (LPTA) source selection procedures. An offeror that obtains an "Acceptable" rating on all non-price factors will be technically acceptable. Award will be made to the lowest priced responsible offeror that is technically acceptable.


2.    The solicitation will be posted on or about mid-May 2019. Search on W912HV% for solicitations issued by the Japan Engineer District (POJ). No hard copies of this solicitation will be made available.


3.    Draft plans and specifications are being provided for INFORMATIONAL PURPOSES. Offerors are cautioned that these drawings and specifications are in DRAFT FORMAT. No comments are accepted at this time, but will be welcomed when the solicitation is formally issued through the Request for Information process. Prospective contractors must be registered Vendors with https://www.fbo.gov in order to download draft plans and specifications. Prospective contractors MUST be registered in the DOD System for Award Management (SAM) database in order to obtain access to FedBizOpps.


4.    It is incumbent upon vendors to monitor FEDBIZOPPS for the release of the solicitation, specification, drawings, and all subsequent amendments. SAM Registration must also be ACTIVE and current to be eligible for contract award. Information on registration and annual confirmation requirements may be obtained by calling 1-866-606-8220 or via the Internet at http://www.sam.gov.


5.    Faxed or electronic bids will not be accepted. All proposals must be hand carried or delivered by mail to the USACE Japan District Office:


U.S. Army Corps of Engineers, Japan District
Contracting Division
Room 147, Building 250, Camp Zama
Zama-shi, Kanagawa-ken 252-8511 Japan


6.    Firms which have not submitted Bidders Mailing List Applications to this office are requested to go to the U.S. Army Corps of Engineers, Japan Engineering District, Contracting Division website: http://www.poj.usace.army.mil/BusinessWithUs/GettingStarted.aspx to download the Bidders Mailing List Application. Such firms shall be required to complete the aforementioned application and submit documents indicating they are registered with the Government of Japan to perform construction in Japan and possess both the necessary construction licenses and permits required to perform the requisite work identified in the solicitation. This documentation must be submitted prior to or at the time of proposal submission.


7.    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 specified in this solicitation. Specifically, a prospective offeror must be duly authorized to operate and conduct business in Japan and must fully comply with all laws, decrees, labor standards, and regulations of Japan during the performance of the resultant contract. Additionally, prior to award of the contract, offerors must be registered with the Government of Japan to do construction work in Japan and possess necessary construction licenses and permits to perform the requisite work identified in the solicitation.


NOTE: This is PRE-SOLICITATION notice for a forthcoming construction project and is NOT a solicitation. Pursuant to FAR 36.213-2, this notice has been issued to stimulate interest in bidding for this project.


Contracting Office Address:
Attn: CECT-POJ                
Unit 45010
APO, AP 96338-5010
United States


Or


U.S. Army Corps of Engineers, Japan District
Contracting Division
Room 147, Building 250, Camp Zama
Zama-shi, Kanagawa-ken 252-8511 Japan


 


Primary Point of Contact:
Mr. Jiro Miyairi
Contract Specialist
Jiro.Miyairi.ln@usace.army.mil
Phone: 046-407-8837


Secondary Point of Contact:
Ms. Tristin Suetsugu
Contracting Officer
Tristin.N.Suetsugu.civ@usace.army.mil
Phone: 046-407-3398


 


 


 


Jiro Miyairi, Contract Specialist, Phone 81464078837, Email jiro.miyairi.ln@usace.army.mil - Tristin N. Suetsugu, Contracting Officer, Phone 81464078725, Email tristin.n.suetsugu.civ@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP