Skip to main content

An official website of the United States government

You have 2 new alerts

HELICOPTER RESCUE OPS MAINTENANCE HANGAR KADENA AB

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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: Solicitation (Updated)
  • Updated Published Date: Jun 15, 2022 10:14 am JST
  • Original Published Date: Nov 30, 2021 12:01 pm JST
  • Updated Date Offers Due: Aug 30, 2022 02:00 pm JST
  • Original Date Offers Due: Jun 14, 2022 02:00 pm JST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Sep 14, 2022
  • Original Inactive Date: Jun 29, 2022
  • 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

June 15, 2022: Provide Fire Suppression System redesigned specifications and drawings. Reopen Bidder Inquiry. All other terms and conditions remain unchanged.

June 10, 2022: Extend the proposal due date to 30 August 2022 at 2:00 PM, JST from 14 June 2022. All other terms and conditions remain unchanged.

March 16, 2022: Provide Pre-proposal conference and site visit sign-in sheet and requested As-built drawings and site photographs.

December 15, 2021: Provide Pre-proposal Conference presentation. Contractors are encouraged to print and bring with a copy of the presentation with them to the conference. Extra copies with not be available. A traditional Power Point presentation will not be conducted at the site.

Construct a Helicopter Rescue Squadron Operations (Squad Ops) and Helicopter Maintenance Unit Hangar. The facility is comprised of single-story bays for aircraft maintenance and storage, a two-story facility for administrative spaces and shops, a simulator bay, and cranes for simulator and hangar. The Hangar bays will be constructed of structural steel with precast concrete cladding. The roof structure for the hangar bays will consist of a low sloping metal roof panels on purlins supported by structural steel trusses. The squadron operations and Helicopter Maintenance Unit areas will also be constructed using cast-in place reinforced concrete walls with precast concrete columns and beams. The roof and floor plates will be constructed using precast concrete double tees with a cast in place topping slab roof and floor. The project will include supporting facilities such as utilities, pavements, aircraft parking apron, edge lighting on the taxiway connection, aircraft wash rack, backup generator, and site improvements to provide a complete and useable facility. The project demolishes existing facilities to include Building 3534 (10,015 Square Meters), Building 3532 (58 Square Meters), Building 3536 (58 Square Meters), Building 3538 (92 Square Meters), Building 7109 (49 Square Meters), Building 83534 (50 Square Meters), Building 3516 (57 Square Meters), Building 3603 (52 Square Meters) and Building 3604 (52 Square Meters) (Total = 10,483 Square Meters). Also includes Utilities include Heating Ventilation and Air Conditioning system, electrical system, domestic hot and cold water system, sanitary waste and vent system, automatic wet-pipe sprinkler and high-expansion foam fire protection systems, intrusion detection system, and cybersecurity of facility-related control system. Fencing is required to tie in at the facility to secure the flight line. Paved asphalt parking will be provided for personal and government vehicles.

Facilities are 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, Department of Defense Minimum Antiterrorism Standards for Buildings. As a mission critical facility, a backup generator is authorized per AFI 32-1062.

Contact Information

Contracting Office Address

  • KO CONTRACTING DIVISION UNIT 45010 CAMP ZAMA
  • APO , AP 96338-5010
  • USA

Primary Point of Contact

Secondary Point of Contact

History