Federal Bid

Last Updated on 17 Apr 2019 at 5 AM
Solicitation
Apo Ap

FY15 Replace Kubasaki High School, Camp Foster Okinawa Japan

Solicitation ID W912HV-18-B-0001
Posted Date 21 Jun 2018 at 11 PM
Archive Date 17 Apr 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Apo Ap United states 96338
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 July 10, 2018.


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, "FY15 Replace Kubasaki High School, Camp Foster Okinawa 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: FY15 Replace Kubasaki High School, Camp Foster Okinawa Japan

Project Location: Camp Foster Okinawa, Japan

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

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

Project Description:
This project will construct a multi-story High School composed of a pile foundation system, with reinforced concrete walls, floors and roof system. Interior construction will consist of operable/movable partitions and reinforced concrete walls as required to meet functional requirements. Interior spaces include neighborhoods, learning hubs, studios, common areas, host nation classroom, special education areas, art classroom, music room, computing center, gymnasium, multipurpose space, food service, specialists' rooms, information center, guidance counseling center, teacher work rooms, ROTC, supply/storage rooms and other required areas for a fully functioning high school. The project includes site improvements such as: signage, fencing, paving, landscaping, exterior lighting, utilities, and play courts, baseball and softball fields, football/soccer field, and a 400 meter track will also be included. The project will provide renovations to the existing school stadium and stadium press box. Cafeteria, food service and information center areas were sized for the projected high school population.
The project includes related infrastructure such as site utilities, including sewer, water, electrical, and communication, paving, sidewalks, covered walkways, curbs, gutters, drainage, staff and visitor parking, POV and bus loading/unloading areas, mechanical utilities, and FF&E interior design.

The project will demolish buildings 1400, 1402,1402A, 1403, 1404, 1406, 1408, 1410, 1436, 1437, 21C and 21D for a total of 192,416 SF. Mitigation for hazardous materials will be required for the existing buildings to be demolished for asbestos and/or lead based paint containing materials .

The use of temporary classroom facilities will be included in project for construction phasing. Due to poor soil conditions special construction of a pile foundation system will be required. Project will include environmental mitigation, which consists of a radon mitigation system will be required per OPNAVINST 5090.1C.

SOLICIATION INFORMATION:

1. The Government intends to solicit the forthcoming requirement in February 2018.

2. Traditional hard copies of technical specifications and plans will not be available; however, all solicitation documents including amendments will be posted to the Federal Business Opportunities (FedBizOpps) website (www.fbo.gov) for access by interested parties. Note: In order to receive notification of issued amendments, interested parties must be registered on FedBizOpps as an interested vendor. Please be advised, if you are not registered, the Government is not responsible for providing you with notifications to any changes to the solicitation.

3. In order to be eligible to receive a contract award with the U.S. Department of Defense, firms must be registered in the System for Award Management (SAM). This database can be accessed at www.sam.gov.

4. Faxed or electronic bids will not be accepted. All bids 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

5. 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.

6. 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
[email protected]
Phone: 046-407-8837

Secondary Point of Contact:
Mr. Jacob M. Shaw
Contracting Officer
[email protected]
Phone: 046-407-5482

Bid Protests Not Available

Similar Past Bids

Location Unknown 28 Aug 2020 at 4 AM
Location Unknown 18 Sep 2009 at 6 AM
Location Unknown 02 Sep 2009 at 5 AM

Similar Opportunities

Okinawa Okinawa prefecture 16 Jul 2025 at 3 PM
Okinawa Okinawa prefecture 31 Dec 2025 at 5 AM (estimated)
Location Unknown 31 Jul 2025 at 4 AM (estimated)