Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 16, 2025 SAM #8633
SOLICITATION NOTICE

Z -- Repair/Convert Stearley Heights to Admin Swing Space, B2261

Notice Date
7/14/2025 7:13:06 PM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
FA5270 18 CONS PK APO AP 96368-5199 USA
 
ZIP Code
96368-5199
 
Solicitation Number
FA527025R0018
 
Response Due
7/27/2025 6:00:00 PM
 
Archive Date
08/04/2025
 
Point of Contact
Om Hamamoto, Phone: 634-4672, Kurt Stuebs, Phone: 634-4919
 
E-Mail Address
om.hamamoto.jp@us.af.mil, kurt.stuebs.2@us.af.mil
(om.hamamoto.jp@us.af.mil, kurt.stuebs.2@us.af.mil)
 
Description
Amendment 0001 - The purpose of this amendment is to: 1. Upload Attachment 20, Government RFI Response. 2. Upload Revised Attachment 1, SOW_LXEZ221001_B2261_11JUL25. 3. Updates to areas in SF 1442 that refers to the previous version of the Statement of Work (SOW). 4. Updates in SF 1442, Section L1.9 and Respondent Information and L1.10 Acquisition Steps.CONTRACTING ACTIVITY: 18th Contracting Squadron, Kadena AB, Okinawa, Japan. CONTRACT INFORMATION: This is a Firm-Fixed Price (FFP) Design-Build, a two-phase selection process stand-alone contract to provide a Request for Proposal (RFP) for the Facility Building 2261 in Kadena AB, Japan. North American Industrial Classification System code is 236220 - Commercial and Institutional Building Construction. Phase I will be conducted in accordance with FAR Subpart 36.3 and design-build selection procedures authorized by 10 U.S.C. 3241. Phase II will be conducted in accordance with the procedures authorized by 10 U.S.C. 3241 and FAR Subpart 15.3 and PGI DFARS 215.3. This two-phase approach is fashioned in accordance with the policy outlined in Federal Acquisition Regulation (FAR) FAR 15.3, as supplemented by the Defense Federal Acquisition Regulation Supplement (DFARS) 215.3 and 236.3, Department of the Air Force Federal Acquisition Regulation Supplement (DAFFARS) Subpart 5315.3 and 5236.3, as well as the Department of Defense (DoD) Source Selection Procedures dated 20 August 2022. DESCRIPTION OF WORK: This project shall accomplish a design-build repair of facility 2261. Exterior work includes repairing roof drainage, replacing the roof waterproofing/coating, installing an additional roof access ladder, repairing concrete spalling and cracks, and repainting the walls. Interior work includes installing ceiling, applying ceiling thermal insulation, replacing interior finishes, reconfiguring rooms, renovating restrooms and reincorporating a lactation room to house more electrical and communication panels. Plumbing work includes replacing restroom fixtures with adult-sized fixtures, repairing clogs in sewer lines, and converting restrooms inside the classrooms into storage rooms. Replace and upgrade the entire HVAC including ductwork. Work will be including HVAC system to balance the system for new office configurations, adding a dedicated outdoor air system, and updating the control system to integrate with the installation Control Logic system. Install new fire protection system that complies with UFC and required design codes. Work includes fire sprinkler system, water tank, pump house and addressable fire alarm/mass notification system. Repair and upgrade electrical system to meet UFC requirements. Electrical work includes replacing transformers and feeder for B2261, installing new feeders for new HVAC and mechanical equipment, upgrading lighting fixtures to LED fixtures, replacing exit signs, installing grounding system for Communications, adding receptacles, comm outlets and circuits to meet the new floor plan. The scope of work requires the removal/abatement and disposal of Asbestos-containing materials (ACM), lead-based paint (LBP), and other hazardous materials or items. Work for the project is described in more detail in Section 9 of the Statement of Work (SOW). Sustainable principles, to include life cycle cost- effective practices shall be integrated into the design, development, and construction of the project(s) in accordance with the latest version of UFC 1-200-02, High Performance and Sustainable Building Requirements. NOTE: This requirement will be performed in its entirety in the country of Japan. The successful Offeror must be licensed and registered to perform work in Okinawa Prefecture. All offerors must be registered in the System for Award Management (SAM) (https://www.sam.gov/SAM/). Joint Ventures (JV) must be registered in SAM as the joint venture. Offerors are advised to begin this process when they prepare their proposal in order to ensure this registration is in place should they be selected for the award. Lack of registration in the SAM database will make an offeror ineligible for award.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f3ec4bac823a419ba9594f271b71c305/view)
 
Record
SN07508181-F 20250716/250714230048 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.