Federal Bid

Last Updated on 01 Dec 2020 at 5 PM
Sources Sought
Location Unknown

Replace Kinnick High School Yokosuka, Japan

Solicitation ID W912HV-21-Z-0004
Posted Date 01 Dec 2020 at 5 PM
Archive Date 15 Mar 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Us Army Engineer District Jpn
Agency Department Of Defense
Location Japan

Introduction:

The U.S. Army Corps of Engineers (USACE), Japan District (POJ) is performing market research for a Design-Bid -Build (DBB) construction project titled: “PA00109 DoDEA Replace Kinnick High School, Yokosuka, Japan.”  This announcement represents a market survey that is intended for preliminary planning purposes only.  This 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 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). 

Please note that this project was once solicited in FY19, under solicitation no. W912HV-19-R-0009.  That solicitation was canceled because funding was not available.  Funds assurance for this project will be received in the near future.  Information on the funding will be released in the resultant solicitation. 

Drawings and Specifications from the previous solicitation are provided For Informational Purposes Only.  The Government anticipates moderate changes to the Drawings and Specifications when the project is newly solicited.  Primary anticipated changes are as follows:

  • Japanese Industry Standards (JIS) will be incorporated into the project wherever a JIS equivalent can replace a US Industry Standard.  JIS will be incorporated in the form of modified Unified Facilities Guide Specifications (UFGS) known as the Japan Edited Specifications (JES).  Template JES can be reviewed at this location:  https://www.poj.usace.army.mil/Business-With-Us/References/
  • Drawings and specifications will be updated for compliance to UFC 4-010-01 with change 1, 19 August 2020 DoD Minimum Antiterrorism Standards for Buildings, to include but not limited to: reducing the blast resistance requirements for exterior windows, glazing and exterior doors; and updating standoff distances, clear zone and unobstructed clear space requirements.

Information about the project:

Project Title: PA00109 Replace Kinnick High School

Project Location: Yokosuka, Japan

Project NAICS: 236220, Commercial and Institutional Building Construction

Project Magnitude: Between ¥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. 

Procurement method:

The U.S. Army Corps of Engineers, Japan District (POJ) anticipates the release of a Request for Proposal (Lowest Price Technically Acceptable (LPTA)) in August 2021 and award in May 2022.  Any solicitations pursued will be intended for local sources only.  See information in the Introduction section of this announcement regarding local sources. 

Draft plans and specifications are being provided for INFORMATIONAL PURPOSES.  Offerors are cautioned that these drawings and specifications are in DRAFT FORMAT.

=====================================================================

Submission Requirements for responses to this Market Survey: 

Interested firms are requested to reply with the following information:

1.  Name of your company, address, phone number, email, CAGE code and point of contact (POC) name.

2.  Describe your firm’s capability and experience relative to the work described in the Project Description.  Please provide information on comparable projects (for government or commercial customers) completed in the past 6 years. 

3.  Describe your firm’s level of interest relative to all aspects of the work.

4.  Identify your current construction bonding levels:
            a) Per contract

            b) Aggregate contract bonding level

5.  Your thoughts to the questions below related the project description, draft plans and specifications.

a) Does the anticipated Period of Performance seem feasible?

b) Will you utilize any specialty subcontractors, which might cause you to back away (per either risk or general availability of the sub)?

c) Are the government's Phasing requirements clear?

d) Are laydown area(s), in parallel to our phasing requirements, sufficient for executing?

e) Are there any equipment/systems which may be difficulty/delay in supplying?

f) Concerns/risk with work related to renovation (/existing facilities)?

g) Are you knowledgeable about and able to perform the required continuous, subcontracted Special Inspections relating to structural design and progressive collapse requirements?

h) Will logistical issues, such as A) a constrained site with limited laydown areas, and B) coordinating daily base access for its labor force prohibit or discourage you from pursuing this contract?

6.  Any comments that will increase your level of interest and participation in this project

Please send your response via e-mail to [email protected] and [email protected] no later than 2:00 p.m., January 15, 2021 Japan Standard Time (JST).

Additional Info:

U.S. Army Corps of Engineers, Japan District, Camp Zama, Japan

Contracting Office Address:

USACE District, Japan

Attn: CECT-POJ

Unit 45010

APO, AP 96343-5010

Points of Contact:

Tristin N. Suetsugu

046-407-3398

[email protected]

Jiro Miyairi

046-407-8837

[email protected]

Bid Protests Not Available

Similar Past Bids

Iowa city Iowa 26 Jun 2023 at 4 AM
Iowa city Iowa 26 Jun 2023 at 4 AM
Location Unknown 12 Jun 2012 at 6 AM
Iowa city Iowa 16 May 2024 at 4 AM

Similar Opportunities

Location Unknown 01 Oct 2025 at 3 AM
Location Unknown 01 Oct 2025 at 3 AM
Location Unknown 31 Jul 2025 at 4 AM (estimated)
Chico California 20 Dec 2025 at 1 AM