Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 19, 2025 SAM #8636
SOLICITATION NOTICE

Y -- THEATER AIRCRAFT CORROSION CONTROL PREP HANGAR, KADENA AIR BASE, JAPAN

Notice Date
7/17/2025 12:17:48 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SN ENDIST JAPAN APO AP 96338-5010 USA
 
ZIP Code
96338-5010
 
Solicitation Number
W912HV25RA006
 
Response Due
7/30/2025 6:00:00 PM
 
Archive Date
08/15/2025
 
Point of Contact
Valeria Fisher, Phone: 0989709068, Jack T. Letscher, Phone: 0989704402
 
E-Mail Address
valeria.fisher@usace.army.mil, Jack.T.Letscher@usace.army.mil
(valeria.fisher@usace.army.mil, Jack.T.Letscher@usace.army.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
SYNOPSIS / PRE-SOLICITATION NOTICE W912HV25RA006 THEATER AIRCRAFT CORROSION CONTROL PREP HANGAR KADENA AIR BASE, OKINAWA, JAPAN Introduction: The U.S. Army Corps of Engineers, Japan District (POJ), Okinawa Area Office (OAO) is providing a Pre-Solicitation notice pursuant to Federal Acquisition Regulation (FAR) 36.213-2 for an upcoming Request for Proposal. This notice is not a solicitation. PROJECT INFORMATION: Project Title: Theater Aircraft Corrosion Control Prep Hangar, Kadena Air Base Project Location: Okinawa, Japan Product Service Code (PSC): Y1BZ � Construction of Other Airfield Structures NAICS Code: 236220 � Commercial and Institutional Building Construction Project Magnitude: Between $250,000,000 and $500,000,000 (DFARS 236.204) Construction Type: Design-Bid-Build (DBB) Construction Projected Solicitation Issue: August of 2025 Projected Proposal Due Date: January of 2026 Anticipated Contract Award: September of 2026 Project Description: This project is to construct a corrosion control facility for painting large-bodied aircraft. The facility consists of a single bay paint booth, single bay prep/wash hangar, and support spaces for painting and sanding operations. The facility will be constructed using steel frame construction and pre-cast concrete wall panels 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 includes an option CLIN for an exclusion zone. CLIN Schedule: CLIN 0001 Construction of Primary Facility, Site, Site Development and Infrastructure CLIN 0002 Paint Booth and Prep Hangar Liner CLIN 0003 Construction Services for Exclusion Zone (OPTION 1) Estimated Period of Performance: 1,535 calendar days * An additional 90 days will be provided ONLY for CLIN 0003 (Option 0001, Construction Services for Exclusion Zone), if awarded. Duration of the base contract (CLINs 0001 and 0002) is to remain at 1,535 calendar days. The additional 90 days will be added to the end of the 1,535 days of CLIN 0003 for the contractor to perform the necessary demolition of the turning lane (constructed under the Helo Ops project) and restoration of the off-base area to its original condition. SOLICITATION INFORMATION: 1. The Government anticipates an issuance of the Request for Proposals (RFP) utilizing the Best Value Trade Off (BVTO) Source Selection procedures outlined in the FAR 15.101-1. The Tradeoff Process permits tradeoffs among cost or price and non-cost or price evaluation factors and allows the Government to accept other than the lowest priced proposal or other than the highest technically rated proposal. All evaluation factors other than cost or price, when combined, are approximately equal to cost or price. 2. Evaluation Factors: Factor 1 � Past Performance Factor 2 � Paint Booth Approach Subfactor 2.1 - Paint Booth Physical Characteristics Subfactor 2.2 - Booth Performance Characteristics Factor 3 � Price 3. All solicitation documents, drawings, and specifications will be posted on the Procurement Integrated Enterprise Environment (PIEE) with notice on System for Award Management (SAM) when issued. Interested vendors are responsible for monitoring PIEE/SAM websites for issuance of the solicitation and/or amendments. 4. All interested companies shall be actively registered in the SAM database in order to be eligible for award of Government contracts. Information on registration and annual confirmation requirements may be found at http://www.sam.gov. For a Joint Venture, the Joint Venture as an independent entity must be registered in SAM as such. 5. The US Army Corps of Engineers Japan District (POJ) has transitioned to Procurement Integrated Enterprise Environment (PIEE) Solicitation Module for bid/proposal submission (unless otherwise specified in the solicitation), to replace DOD SAFE. It is recommended that contractors create their PIEE Solicitation Module account as soon as possible and not wait till bid/proposal due date, as access may take time. The following information is provided for reference. Step 1: Complete vendor registration on https://piee.eb.mil/. Instructions for registration can be found through: https://www.acq.osd.mil/asda/dpc/ce/cap/docs/piee/PIEE_Solicitation_Module_Vendor_Access_Instructions.pdf Step 2: Upload offer in the Solicitation Module through https://piee.eb.mil/ . Instructions for uploading an offer can be found through: https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/solicitation/proposals.xhtml 6. Firms which have not done business with U.S. Army Corps of Engineers, Japan Engineering District, are requested to visit the following website: https://www.poj.usace.army.mil/Business-With-Us/ for general information. 7. Only local sources will be considered under this solicitation. Local sources are sources (e.g. corporations, partnerships, or Joint Ventures [For a Joint Venture, the Joint Venture as an independent entity must satisfy the local source requirements or, in the alternative, each member of the Joint Venture must individually satisfy the local source requirements]) that are physically located in Japan and authorized (i.e. licensed and registered) to perform construction in Japan. Specifically, a prospective offeror must be duly authorized to operate and conduct construction business in Japan and must fully comply with all applicable laws, decrees, labor standards, and regulations of Japan during the performance of the resulting contracts. 8. In addition, offerors must possess a Japanese civil construction (doboku isshiki koji) license or Japanese architectural construction (kenchiku isshiki koji) license by the proposal due date and time. The U.S. Government will verify that the offeror has the license through the Ministry of Land, Infrastructure, Transport and Tourism (MLIT) website at https://etsuran2.mlit.go.jp/TAKKEN. It is the responsibility of the offeror to ensure that it has the license (Japanese civil construction or Japanese architectural construction), and that it is accurately shown on the MLIT website, by the proposal due date and time. Failure to comply with this requirement will be cause for rejection of your offer. 9. The U.S. Government will not offer �United States Official Contractor� status under Article XIV of the US-Japan Status of Forces Agreement (SOFA) to U.S. contractors normally resident in the United States; nor will the U.S. Government certify employees of such contractors as �Members of the Civilian Component� under Article I(b) of the SOFA. Contracting Office Address: Contracting Division, Japan District, US Army Corps of Engineers Rm 116, Bldg 364 Camp Foster Chatan-Cho, Okinawa, Japan Zip Code: 904-0100 Point of Contacts: Primary: Valeria Fisher Contract Specialist valeria.fisher@usace.army.mil Alternate: Jack T. Letscher Contracting Officer jack.t.letscher@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/63961a80f24f469eac9af86f56028c6b/view)
 
Place of Performance
Address: Kadena Air Base, JP-47, JPN
Country: JPN
 
Record
SN07513392-F 20250719/250717230049 (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.