CONTRACTING ACTIVITY: 18th Contracting Squadron, Kadena AB, Okinawa, Japan
This pre-solicitaion notice is posted IAW FAR 5.204 "Presolicitation Notices". The Government intends to electronically release a solicitaiion via PIEE Solicitaiton Module on or after 1 June, 2025. This notice does not obligate the government to award a contract, nor does it obligate the government to pay for any proposal preparation costs.
CONTRACT INFORMATION: This is a pre-solicitation notice for a Firm-Fixed Price (FFP) Design-Build, a two-phase selection process stand-alone contract to provide a Request for Proposal (RFP) for the repair/convert Stearley Heights Elementary to Admin Swing Space, B2261 at 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 and 41 U.S.C. 3309. Phase II will be conducted in accordance with 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.
Phase I: Request for Qualifications (RFQ) - The Government will issue an RFQ to select up to three of the most highly qualified respondents.
Phase II: Request for Proposals (RFP) - The Government will issue an RFP to the up to three most highly qualified vendors selected from Phase I.
A stipend of $7,000.00 will be provided to all offerors selected for Phase II for the development and submission of their proposal package
A solicitation will be available on this site and the PIEE Solicitation module on or about 1 June 2025. The Government intends to award one contract. The estimated magnitude of this contract will be between $10,000,000 - $25,000,000. The period of performance is approximately 1,046 calendar days.
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 this 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.
To provide context for the scope of this requirement, the Government has provided a draft Statement of Work and a Planning Charette Report attached to this notice. Vendors are highly encouraged to take full advantage of this advance information. The Government will host a virtual vendor engagement to provide more details about the two-phase selection process and answer questions regarding this requirement.
The Government will evaluate qualifications in accordance with the criteria described in the RFP and will award a single firm fixed price contract to the responsible offeror whose proposal the Source Selection Authority (SSA) determines conforms to the solicitation and offers the best overall value to the Government, considering the non-price factors described in the RFP.
The following are projected Phase I milestones that will be adjusted as necessary.
Phase I – Request for Qualifications
1 June 2025 Issuance of RFQ
18 June 2025 Due date for Request for Information
1 July 2025 Qualification responses due from offerors
OBTAINING THE SOLICITATION: The solicitation for this acquisition will be provided in electronic format only and currently scheduled to be available for download on or about 1 June 2025 at the PIEE Solicitation Module website at https://piee.eb.mil/sol/xhtml/unauth/index.xhtml and the System for Award Management website at https://sam.gov/.