The RFP Database
New business relationships start here

Demolition 16 Housing Units


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

SOURCES SOUGHT:

Demolition of 16 Family Housing Buildings, Kanagawa-ken, Japan (FA5209-19-DEMO-CZ)


Notice Type: Sources Sought
Posted Date: 12 July 2019
Response Date: 22 July 2019


Classification Code: P400 (Demolition of Buildings)
NAICS Code: 238910 (Site Preparation Contractors)


The Government intends to utilize a Local Business Set Aside based on the licensing requirements explained further in section 6 below.


-------------------------------------------------------------------------------------------------------------


NOTICE INFORMAITON:


This is a Sources Sought Notice for a Market Research purpose only to determine the availability and adequacy of potential and eligible business sources for the title project. No award will be made from this Sources Sought. No Solicitation is available at this time.


Vendors who are eligible and interested in this project are requested to respond to Mr. Eric W. Moses Contract Specialist, by e-mail at eric.moses.1@us.af.mil and Mr. Gary Scullin, Contracting Officer, by e-mail at gary.scullin.1@us.af.mil or add your firm's name into interested vendors using "INTERESTED VENDOR LIST" function on this FBO no later than 22 July 2019, 1600 hours (Japan Standard Time).

The requirement is as follows:

1. This project includes the demolition of sixteen (16) family housing buildings at Kanagawa-ken, Camp Zama, Japan.


a. Typical work requirements for these sixteen (16) family housing buildings will include but are not limited to the following:


(1) Demolish existing building including reinforced concrete foundations
(2) Backfill and restore evacuated areas to original conditions
(3) Provide temporary fencing/enclosures around Job sites
(4) Cover the removed building footprint area and access road with asphalt concrete pavement
(5) Evacuate, Disconnect, and Remove existing underground portable water piping, stop valves with valve boxes.
(6) Evacuate, Disconnect, and Remove existing underground sanitary/sewer piping, manholes and other related accessories.
(7) Evacuate and remove existing electrical cable, catv cable, telephone cable, conduit wirings and hand-holes
(8) Backfill evacuated areas for water piping, sewer piping, and electrical conduit; install sodding/concrete to restore the area to original conditions
(9) Clean up all the removed/affected area of the project


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


(1) Provide temporary enclosure around job sites.
(2) Remove and dispose of existing asbestos and lead based paint materials and waste materials in accordance with Japan Environmental Governing Standards.
(3) Remove asbestos containing material with breaking before demolition.
(4) Demolish existing building including reinforced concrete foundations
(5) Remove existing underground utility piping, plumbing fixture, septic tanks, diesel fuel above-storage tank, etc.
(6) Remove existing electrical fixtures, underground conduit wiring and underground communication line
(7) After removing existing concrete foundations and pavement, backfill depressions with new soil to match existing ground level
(8) Dispose of miscellaneous furniture, personal objects, and incidental items on the sites
(9) Remove and dispose of concrete objects, roots, dead leaves, debris, small trees, bushes and sign poles in the demolition area.
(10) Grade and place sodding
(11) Clean up all the removed/affected area of the project


c. Performance Period to complete the entire project is 720 calendar days after issuance of 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.


5. Site visit for bidders is expected to be conducted in August 2019. The schedule will be announced when the solicitation (IFB) is issued.


6. Since the contract is to be performed in Japan, the offerors must meet the following two requirements for OCONUS (Outside Continental United States):


a. DFARS 252.225-7042, "Authorization to Perform" - The Offeror has been duly authorized to operate and to do business in the country of Japan in which the contract is to be performed, and;


b. FAR 52.236-7 (as modified pursuant to AFFARS 5336.507), "Permits and Responsibilities" - The 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 subdivisions' laws, codes, and regulations applicable to the performance of the work.


This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.


The information contained in this notice is subject to change. Future information about this acquisition, including issuance of a solicitation and/or applicable amendments, will be issued through FedBizOpps. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.


Eric W. Moses, Section Chief Army Spt, Phone 81-42-551-6687, Fax 81-42-530-3319, Email eric.moses.1@us.af.mil - Gary S. Scullin, Contracting Officer, Phone 3152255426, Email gary.scullin.1@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP