Federal Contract Opportunity

Last Updated on 06 Jun 2025 at 2 PM
Sources Sought
Location Unknown

NAF Renovate New Sanno Hotel Room, Bldg. 38

Details

Solicitation ID W912HV25Z0011
Posted Date 06 Jun 2025 at 2 PM
Response Date 08 Jul 2025 at 3 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office W2sn Endist Japan
Agency Department Of Defense
Location Japan

Possible Bidders

Access Products Incorporated

Colorado springs Buffalo

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Miscellaneous Foreign Awardees

Ciudad de mexico Toronto, ontario Bertrange Arlington Madrid Washington St lo Kampala

National Industries For The Blind

Wayne Earth city Alexandria

Access Products Incorporated

Colorado springs Buffalo

Sign up to access Documents

Signup now

Introduction:

The U.S. Army Corps of Engineers, Japan District (POJ), is performing market research for an upcoming Design-Bid-Build (DBB) requirement entitled, "NAF Renovate New Sanno Hotel Room, Bldg. 38."  This announcement represents a market survey that is intended for planning purposes only. The purpose of this notice is to identify sources capable of performing this project and to receive responses from those firms to assist the Government's acquisition planning.  This survey does not constitute a commitment by the Government for any follow-on announcements, solicitation, or award.  This notice is NOT a solicitation. The Government will not pay for any information provided as a result of this market survey.

This market survey is intended for local sources only. Local sources are those sources physically located and licensed to conduct business in Japan. Firms interested and capable of performing this work are highly encouraged to submit a response (submission requirements are located within this notice).

We are committed to partnering with industry as much as we can throughout this process and therefore encourage all interested companies to respond to this sources sought.  Market research and industry feedback is an essential part of the acquisition process. 

The information requested in this announcement will be used within POJ to facilitate decision-making and will not be disclosed outside the agency. However, respondents submitting business information pursuant to this announcement should consult 41 C.F.R. parts 105-60 and other implementing regulations concerning the release of such information to third parties under the Freedom of Information Act (FOIA). All information submitted by respondents that they consider confidential and not releasable to third parties outside of USACE, and its employees, agents, consultants, and representatives, must be clearly and conspicuously marked.

SYSTEM FOR AWARD MANAGEMENT (SAM)

All interested companies, including joint ventures, shall be registered in the SAM database in order to be eligible for award of Government contracts.  https://www.sam.gov

LOCAL SOURCES

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.

a.  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 construction in Japan. Specifically, a prospective offeror must be duly authorized to operate and conduct construction 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.

b.  In addition, offerors must possess a Japanese civil construction (doboku isshiki koji) license or Japanese architectural construction (kenchiku isshiki koji) license by the proposal due date and time. The U.S. Government will verify that the offeror has the license through the Ministry of Land, Infrastructure, Transport and Tourism (MLIT) website at https://etsuran2.mlit.go.jp/TAKKEN. It is the responsibility of the offeror to ensure that it has the license (Japanese civil construction or Japanese architectural construction), and that it is accurately shown on the MLIT website, by the proposal due date and time.  Failure to comply with this requirement will be cause for rejection of your offer.

c.  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.

PROJECT INFORMATION:

Project Title: NAF Renovate New Sanno Hotel Room, Bldg. 38

Project Location: Tokyo, Japan

Project PSC: Z2FZ – Repair or Alteration of Other Residential Buildings

Project NAICS:236118 Residential Remodelers

Project Magnitude: Between ¥2,500,000,000 and ¥10,000,000,000 (Japanese YEN)

Project Description:  

This project will include a full renovation of the interior of 149 guest rooms, corridors, elevator cab with replacement of flooring, carpeting, ceiling, furnishings, window, lighting, sanitary equipment and painting wall covering, door installation, bathroom reconfiguration throughout New Sanno Hotel, Bldg. 38.

Procurement Method:  

The Government anticipates issuing an Invitation for Bids (IFB) solicitation in accordance with Army Regulation (AR) 215-4, Nonappropriated Fund Contracting - Sealed Bidding, in October 2025.

This survey does not constitute a commitment by the Government for any follow-on announcements, solicitation, or award.

Any solicitations pursued will be intended for local sources only.  Local sources are those sources physically located and authorized to perform construction work in Japan.

Draft plans, specifications, CID-SID and CID-FF&E package are being provided for INFORMATIONAL PURPOSES.  Bidders are cautioned that these drawings, specifications, CID-SID and CID-FF&E package are in DRAFT FORMAT.

Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) referenced in the draft plans and specifications do not apply to this acquisition and will be removed/replaced with applicable Nonappropriated Fund (NAF) provisions and clauses. 

Furniture, Fixtures, & Equipment (FF&E) will be Brand Name or Equal per AR 215-4 para 2-18 Brand Name or Equal.  The Government will identify in the final ready to advertise specification package, the salient characteristics of the brand name item, that is essential to the needs of the NAFI that an equivalent brand will be required to meet, to be considered equal. 

==========================================================================

REQUESTED INFORMATION

Interested firms are requested to reply with the following information no later than 7 July 2025, Japan Standard Time.  Please submit your responses via e-mail to Ms. Jennifer Knutson, Contracting Officer at [email protected] and Mr. Jiro Miyairi, Contract Specialist at [email protected]

  1. Name of your company, address, phone number, email, SAM UEI, CAGE Code, and English Speaking Point of Contact (POC) name.
     
  2. Describe your firm's interest, capability and experience relative to the work described in the Project Description.
     
  3. Identify your current construction bonding levels:

    a. Single Contract Amount

    b. Aggregate Maximum Contract Amount

    c. Name of Sureties
     
  4. Please provide at least one (1) project that is comparable to this project your company has completed (for government or commercial customers) in the past ten (10) years. 

    a. Project Title and Location

    b. Customer/Agency

    c. Project Value and Brief Description

    d. Date Completed or Percent Complete

    e. Your role (Prime, Subcontractor, Designer of Record, Joint Venture, etc)
     
  5. Technical Questions

    a. The phasing plans on Sheets G-0005 through G-0007 require construction to be phased one floor at a time. 

    i  The anticipated period of performance is 730 calendar days after the date the contractor receives the notice proceed.  Do you have any concerns with the anticipated period of performance?

    ii  If 730 calendar days are not adequate, how many calendar days would you feel is adequate to complete the work and why?

    iii  Do you have any recommendations on how to phase construction to save cost and/or construction time? 

    b.  List any questions or concerns you have on the model unit requirement, if any.  
    Refer to Spec 01 35 13.

    c.  Do the Draft plans, specifications, CID-SID and CID-FF&E package clearly identify the project scope? If not, what additional information may be needed?

    d.  Do you have any other questions or concerns regarding the Draft plans, specifications, CID-SID and CID-FF&E package?
     
  6. Are there any other comments or suggestions that may increase your interest or participation?

Additional Info:

U.S. Army Corps of Engineers, Japan District, Camp Zama, Japan
Contracting Office Address:
USACE District, Japan
Attn: CECT-POJ
Unit 45010
APO, AP 96343-5010

Points of Contact:

Jiro Miyairi
046-407-8837
[email protected]

Jennifer Knutson
046-407-8839
[email protected]

Similar Opportunities

Similar Awards

Fresno California Not Specified
Location Unknown 18 Jun 2013 at 12 PM
San antonio Texas 10 Dec 2018 at 7 PM
New york New york 26 Jun 2019 at 8 PM
Thomas West virginia 16 Oct 2008 at 3 PM