Sources Sought Market Survey
W912HV-23-Z-0005
DESIGN-BID-BUILD MWR Army Lodging,
Camp Zama, Japan
Introduction:
The U.S. Army Corps of Engineers, Japan District (POJ), is performing market research an upcoming Design-Build-Build (DBB) housing construction projects Camp Zama, Japan. 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 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 - CONTRACTOR APPLICATIONS
Firms which have not submitted Contractor Applications to this office are requested to go to the U.S. Army Corps of Engineers, Japan Engineering District, Contracting Division website: https://www.poj.usace.army.mil/Business-With-Us/ to download the Contractor Application. Such firms shall be required to complete the aforementioned application and submit original 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. Interested Joint Venture partners who have individually submitted a Contractor Application previously are not required to submit a single, JV Contractor Application. This documentation must be submitted before, or No Later Than the time of bid/proposal submission to allow POJ to verify your company as a “Local Source.”
------------------------------------------------------------------------------------------------------------------------------
PROJECT INFORMATION
Project Title: FY23 NAF MWR Army Lodging, Camp Zama, Japan
Project Location: Camp Zama, Japan
Product Service Code (PSC): Y1FA – Construction of Family Housing Facilities
NAICS Code: 236220 – Commercial and Institutional Building Construction
Project Magnitude: Between ¥2,500,000,000 and ¥10,000,000,000 ($25,000,000 and $100,000,000) (FAR 36.204)
Project Description:
Design Bid Build. The project is the construction of a new, 7 story Army Lodging Facility consisting of 103 suites with separate bedroom and sitting/living area. Supporting facilities will include all required utilities; guest and service elevators; mechanical/electrical/communication rooms; heating system; fire protection/detection systems; and information systems. Site work design will include controlled vehicle approach with canopy and bus parking space; controlled paved loading area for the lodging operation; POV/GOV parking area; pedestrian walkway; and trash area.
The project may involve the requirements listed below:
The Civil requirements of this project are as follows:
Remove existing sodding, utilities, and pavements. Provide temporary erosion control measures during construction. Construct new supporting site utilities: Storm water with underground detention facilities, sanitary sewer, domestic water, and high pressure steam. Construct new site features: Concrete sidewalks and curbs, AC pavement, stamped PCC pavement, pavement markings, site signage, concrete enclosures, retaining walls, guardrails, and fencing.
The Landscape requirements of this project are as follows:
Provide tree removal and replacement and installation of new trees, shrubs, and ground coverings. Install new playground equipment, exterior site signage, and site furniture (i.e. BBQ grills, patio furnishings, benches, trash receptacles, fencing). Construct a new pet area, smoking area shelter, and bike shelter.
The Fire Protection/Life Safety requirements of this project are as follows:
The project will construct a 7-story, 13,906 sqft lodge of construction type I-B . The 7-story facility will not be considered a high rise per NFPA 101. The occupancy type will be mixed-use hotel, business and assembly as defined in NPFA 101 and non-separated Group R-1, B and A-3 as defined by the IBC.
Project provides the facility with a combined fire alarm/mass notification system utilizing automatic and manual activation with audible voice notification as well as static textual signs. Fire alarm reporting utilizes phones line. The facility will be protected throughout by an automatic wet pipe sprinkler system. The exit stairwells will be provided with a class I manual dry standpipe system. An electric driver horizontal split case centrifugal pump will be provided for the wet pipe sprinkler system. A fire water storage tank will not be required for the project.
The Structural requirements of this project are as follows:
The primary structure consists of a 7-story reinforced concrete building. Cast-in-place reinforced concrete columns support the floor and roof framing which consists of reinforced concrete girders, beams, and suspended slabs. Non-load bearing reinforced concrete walls between column and beam framing acts as shear walls to resist lateral loads. The new foundation system consists of concrete grade beams and pile caps supported by a precast concrete deep pile (PHC) foundation system.
Reinforced concrete retaining wall/site walls will be required for the site.
The Architectural requirements of this project are as follows:
Provide comprehensive architectural design for the lodging facility in its entirety to include the integration of all supporting facilities, interior design, and specification documentation. The building program is comprised of short, and long term stay lodging units to accommodate single guests, and those with families. Other supporting program elements include those typical of hotel design, i.e. lobby, janitorial and housekeeping services, food preparation area with dining (raw food prep is omitted), elevators, lobby, and other administrative services. Design shall be guided by various USA, and Japan code and performance criteria to include JIS, International Building Codes (IBC), National Fire Protection Agency (NFPA), ASTM, Underwriters Laboratories (UL), Unified Facilities Code (UFC), Architectural Barriers Act (ABA), and Army Lodging Standards.
The Mechanical requirements of this facility are as follows:
The mechanical scope of work includes new heating, ventilation, and air-conditioning (HVAC) system for the proposed building. The new HVAC system will include natural gas fired boilers, chiller, dedicated outdoor air unit, horizontal fan coil units, pumps, and building automation system.
The Plumbing requirements of this project are as follows:
The proposed plumbing system for the project will provide domestic water supply, hot water supply, hot
water recirculation, and sanitary and waste and vent systems for the facility. The building’s new plumbing systems will include commercial grade plumbing fixtures with “low-flow” water use characteristics per the International Green Construction Code (IgCC) 601.3.2, piping systems, and a central recirculating domestic hot water heating system.
The Electrical requirements of this facility are as follows:
Provide new electrical outlets and wiring to meet equipment needs. Provide new kitchen and bathroom outlets to meet code including Ground Fault protection. Provide circuit breakers to meet building service needs. Provide electrical outlet coverage to meet code. Provide new light fixtures with energy efficient fixtures. Provide new TV, telephone and internet access receptacles and wiring to provide adequate service or capacity to all the required areas of the facility.
The Sustainability requirements of this project are as follows:
The lodging facility shall be designed and constructed to meet DoD sustainability principles and third party certification. Third Party Certification will be accomplished through LEEDv4 BD+C Hospitality to achieve a LEED Silver rating. Sustainability principles include the incorporation of commissioning throughout the project’s design and construction phase, optimizing energy performance through energy efficient products, and utility metering.
Estimated Period of Performance: 29 months
------------------------------------------------------------------------------------------------------------------------------
Proposed Procurement Method: The Government anticipates the issuance of an Invitation for Bids (IFB) solicitation in accordance with FAR Subpart 36.3 and FAR Part 14.
Results of this market research will assist the Government in acquisition planning. This survey does not constitute a commitment by the Government for any follow-on announcements, solicitation, or award. The Government anticipates issuing a solicitation in the second half of Fiscal Year 2023
This contract will be performed in its entirety in the country of Japan, and any solicitation posted will be intended for local sources only. Local sources are those sources physically located and licensed to conduct business in Japan. See local source information within this notice.
------------------------------------------------------------------------------------------------------------------------------
REQUESTED INFORMATION
Interested firms are requested to submit the following information via e-mail to Mr. Chase Willson, [email protected] no later than 23 January 2023, Japan Standard Time (JST):
1. Name of your company, address, phone number, email address, point of contact (POC) name, UEI Number, and CAGE Code.
2. Describe your firm's capability and experience relative to the work described in each of the Project Descriptions.
3. Please provide the following information on comparable Design-Build projects (for government or commercial customers) completed in the past ten (10) years.
4. Describe your firm's level of interest relative to all aspects of the work for each project. Please also indicate if you are interested as a Prime or Subcontractor.
5. Do you have concerns regarding the estimated period of performance for the project?
6. Identify your current construction bonding levels (single and aggregate).
7. What impact, if any, would issuing an IFB versus RFP (LPTA) have on your interest in this project?
8. Are there any other comments or suggestions that may increase your interest or participation?