Federal Contract Opportunity

Last Updated on 16 Jun 2025 at 8 PM
Sources Sought
Location Unknown

P309 Replace School Age Care Centers Camp Foster and Camp McTureous, Okinawa Japan

Details

Solicitation ID W912HV25Z0012
Posted Date 16 Jun 2025 at 8 PM
Response Date 18 Jul 2025 at 6 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office W2sn Endist Japan
Agency Department Of Defense
Location Japan

Possible Bidders

National Industries For The Blind

Wayne Earth city Alexandria

Prc-desoto International Incorporated

Glendale Irvine Burbank Mckinney

Sikorsky Aircraft Corporation

Rochester Shelton Jacksonville West haven Stratford Bridgeport Jupiter Fort worth

Sign up to access Documents

Signup now

The U.S. Army Corps of Engineers, Japan District (POJ), is performing market research for a Design-Bid-Build (DBB) construction project.  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 survey.  Market research and industry feedback is an essential part of the acquisition process.  The information requested in this announcement will be used within USACE-JED to facilitate decision-making and will not be disclosed outside the agency. However, respondents submitting business information pursuant to this Sources Sought/RFI 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.

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 the corresponding 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 the corresponding 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.  In addition, prior to award of the contracts, offerors must 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 the corresponding solicitation.  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.

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

PROJECT INFORMATION

Project Title(s):

Building 1: FY26 MCN P309 Replace School Age Care Center (SACC)

Building 2: FY26 MCN P309 Replace School Age Care Center (SACC)

Project(s) Location:

Building 1: Camp Foster, Okinawa, Japan.

Building 2: Camp McTureous, Okinawa, Japan.

Product Service Code (PSC):  Y1AZ – Construction of Other Administrative and Service Buildings

NAICS Code236220 – Commercial and Institutional Building Construction

Project Magnitude (DFARS 236.204)

Building 1: Between $10,000,000 and $25,000,000 / ¥2,500,000,000 and ¥1,000,000,000.

Building 2: Between $10,000,000 and $25,000,000 / ¥2,500,000,000 and ¥1,000,000,000.

Project(s) Description:  

Construct low-rise reinforced concrete structures to replace the current School Age Care (SAC) Centers located on Camp Foster (Building 1) and Camp McTureous (Building 2). These new structures will serve the eligible elementary school communities from Killin Elementary School (ES), Zukeran ES, Kinser ES, and Bechtel ES in support of the SAC Program. The functional areas will include spaces for the lobby, reception, activity rooms, a large kitchen, restrooms, a multi-purpose half-court room without bleachers, a janitor room, administrative offices, a STEM (Science, Technology, Engineering, and Mathematics)/computer room, and storage rooms. Exterior requirements will include benches, fencing, and a children's drop-off/pick-up waiting area.

Construct an outdoor playground area next to SAC at each site. It should include energy-absorbing poured flooring and age-appropriate playground equipment. Facility-related control systems include cybersecurity features following current Department of Defense (DoD) criteria.

NOTE: The DRAFT Specifications, Drawings and/or Plans included in this Notice are provided for informational purposes only.  Interested firms are cautioned that all attachments to this notice are provided in draft format and subject to change.

Estimated Period of Performance:

Building 1: 549 calendar days

Building 2: 540 calendar days

Proposed Procurement Method: The Government anticipates the issuance of an Invitation for Bids (IFB) solicitation.

Note: Currently planned for two separate IFB solicitations.

Submission Requirements for responses to this Market Survey:  Interested sources are requested to answer the questions in the attached W912HV-25-Z-0012_Market Survey and email the completed form to the following individuals no later than 2:00 P.M. on 18 July 2025 Japan Standard Time. We appreciate your honest feedback in helping to develop an effective acquisition strategy that is advantageous for all interested parties.

ADDITIONAL INFORMATION

Attachments:

  1. W912HV-25-Z-0012_Market Survey Questions
  2. P309 Camp Foster Draft Drawings
  3. P309 Camp Foster Draft Specifications
  4. P309 Camp McTureous Draft Drawings
  5. P309 Camp McTureous Draft Specifications