* This notice was previously announced as W912HV-21-R-0007. Due to change in Fiscal Year, the notice ID has been changed to W912HV-22-R-0003.
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, “PA00109 DoDEA Replace Kinnick High School, Commander Fleet Activities (CFA), Yokosuka, 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: PA00109 DoDEA Replace Kinnick High School
Project Location: , Commander Fleet Activities (CFA), Yokosuka, Japan
North American Industry Classification System (NAICS) Code: 236220, Commercial and Institutional Building Construction
Project Magnitude: ¥10,000,000,000 and ¥25,000,000,000 (Japanese Yen)
Project Description:
Construct a four story high school, roughly 14,700 square meters, with functional areas containing neighborhood instructional spaces, special education spaces, staff collaboration spaces, commons area, performance space, information center, physical education, art room, music room, science labs, career technical education labs, junior reserved officer’s training corps, administration suite, health suite, guidance counseling suite, special education suite, food service, janitorial workroom, maintenance support, school supply/storage area, technology service center, and other required areas for a fully functioning high school. Typical construction is anticipated to consist of concrete beam and pile foundation, concrete and structural steel frame, and concrete exterior walls. Interior construction will consist of gypsum wallboard partitions, operable/movable partition walls, and reinforced concrete walls.
Construction will be sequenced. The high school building will last the entire period of performance. The Briggs bay playing fields and courts will be sequenced in three phase with the first phase starting with the award Notice to Proceed. Phase 2 will begin when Phase 1 has been accepted. Phase 3 will begin when phase 2 has been accepted and will finish by the end of the awarded performance period. Contractor will invoice and provide schedules and schedule updates for each of the four sequences of work (High School, Briggs bay Ph1, Ph2, Ph3)
The project site consists of two separate but proximate sites: the high school building site and Briggs Bay improvements site. The Briggs Bay improvements construction site is roughly 6.2 hectares and includes play courts (tennis and basketball), playfield, track and field, football/soccer field, baseball and softball fields, fencing, field house building (280 square meters), access road, dog park, and vehicle parking.
Department of Defense (DoD) and Department of Defense Education Activity (DoDEA) principles for high performance and sustainable building requirements will be included in the design and construction of the project in accordance with federal laws and Executive Orders. Low Impact Development will be included in the design and construction of this project as appropriate.
This project will provide Anti-Terrorism/Force Protection (AT/FP) features, including design for progressive collapse, and comply with AT/FP regulations, and physical security mitigation in accordance with DoD Minimum Anti-Terrorism Standards for Buildings. Due to the progressive collapse design features of the high school building, the contractor is required to meet the Special Inspections requirements of the contract during construction of the building.
Project includes the construction within the high school building of Designated Seismic Systems (DSS). DSS are those systems identified in the plans and specifications that must remain operable following a design earthquake. DSS have special requirements for certification(s) of the installed equipment of the DSS as well as Special Inspection requirements during construction.
The project site is on reclaimed land with dredged fill and the project will require deep concrete pile foundations as a special foundation feature due to the un-compacted or non-uniform nature of the underlying soils
The project includes related infrastructure such as water, sewer, steam, electrical, telephone, local area network, community access television systems, provisions for interior and campus wireless access.
The project includes site work such as signage, fencing, paving, landscaping, covered walkways, canopies, exterior lighting, site prep, site improvements, storm water, low impact development, external AT/FP, pedestrian crosswalks, outdoor play areas, athletic fields.
The project will require demolition of approximately 20,000 SF of existing facilities.
The project will require hazardous material mitigation for all buildings to be demolished, including asbestos removal. U.S. Federal and Japanese Environmental Laws and Regulations will be followed. Part of the site is on reclaimed land area with Tokyo Bay dredge fill material known as Briggs Bay. Soil contamination levels were determined to be acceptable with the implementation of risk management procedures during construction. Environmental mitigation will be required during construction to monitor, contain and remediate the soils.
Facilities will be designed in accordance with DoDEA Education Facilities Specifications, Unified Facilities Criteria, Japan Environmental Governing Standards, Standards of Seismic Safety for Federally Owned Buildings, and energy and water conservation standards.
Facilities will be designed to meet or exceed the useful service life specified in DoD Unified Facilities Criteria. Facilities will incorporate features that provide the lowest practical life cycle cost solutions satisfying the facility requirements with the goal of maximizing energy efficiency.
The government anticipates the Period of Performance will be 47 months.
SOLICIATION INFORMATION:
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
Phone: 046-407-8837
Secondary Point of Contact:
Ms. Jennifer Knutson
Contracting Officer
Phone: 046-407-8839