Sources Sought Market Survey Part III - Theater Aircraft Corrosion Control Prep Hangar, Kadena Air Base, Okinawa, Japan
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Jun 16, 2023 11:22 am JST
- Original Response Date: Jul 14, 2023 04:00 pm JST
- Inactive Policy: 15 days after response date
- Original Inactive Date: Jul 29, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Y1BZ - CONSTRUCTION OF OTHER AIRFIELD STRUCTURES
- NAICS Code:
- 236220 - Commercial and Institutional Building Construction
- Place of Performance: JPN
Description
Sources Sought Market Survey Part III
W912HV-23-Z-0024 Construction
Theater Aircraft Corrosion Control Prep Hangar,
Kadena Air Base, Okinawa, Japan
Introduction:
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 a follow-on to Part II and 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 .
------------------------------------------------------------------------------------------------------------------------------
PROJECT INFORMATION
Title: Theater Aircraft Corrosion Control Prep Hangar
Project Location: Kadena Air Base, Okinawa, Japan
Product Service Code (PSC): Y1BZ – Construction of Other Airfield Structures
NAICS Code: 236220 – Commercial and Institutional Building Construction.
Project Magnitude: Between ¥25,000,000,000 and ¥50,000,000,000 ($250,000,000 and $500,000,000) (DFARS 236.204)
Project Description: Construct a corrosion control facility for maintenance, corrosion control, and painting of large-bodied aircraft. The facility consists of a single bay paint booth, single bay prep/wash hangar, and support spaces for maintenance, corrosion control, and painting operations. The facility will be constructed from cast-in-place concrete walls with a structural steel truss framing system to support a cast-in-place concrete roof. The project will include supporting facilities such as utilities, pavements, and site improvements to provide a complete and usable facility. The facility should be compatible with applicable United States Department of Defense, Air Force, and base design standards. This project will demolish B3542 (2,832 square meters). In addition, local materials and construction techniques shall be used where cost effective. The facility must also be able to withstand wind loads and seismic effects as prescribed in applicable codes and design guides. Facilities will be designed as permanent construction in accordance with the Department of Defense Unified Facilities Criteria 1-200-01, General Building requirements. This project will comply with Department of Defense Antiterrorism/Force Protection requirements per Unified Facilities Criteria 4-010-01.
NOTE: The DRAFT Specifications, Drawings and 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.
Refer to Sources Sought Market Survey Part II for information on berm removal and Cultural Asset Survey requirements.
Estimated Period of Performance: 1374 days
Proposed Procurement Method: The Government anticipates issuing a Request for Proposal (RFP) solicitation.
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 responses to the Sources Sought Market Survey Part III via e-mail to Mr. Jack Letscher, Contracting Officer, at Jack.T.Lescher.civ@usace.army.mil and Ms. Amy A. Wong, Contract Specialist at amy.a.wong.civ@usace.army.mil no later than 4:00 PM, July 14, 2023, Japan Standard Time (JST):
END OF MARKET SURVEY PART III
Attachments/Links
Contact Information
Contracting Office Address
- KO CONTRACTING DIVISION UNIT 45010 CAMP ZAMA
- APO , AP 96338-5010
- USA
Primary Point of Contact
- Amy Wong
- amy.a.wong.civ@usace.army.mil
- Phone Number 0989709066
Secondary Point of Contact
- Jack Letscher
- jack.t.letscher@usace.army.mil
- Phone Number 0989704402
History
- Jul 30, 2023 12:55 pm JSTSources Sought (Original)