Repair HVAC in PAX Terminal B3409 Kadena Air Base Okinawa, Japan
ID: FA527025R0006Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5270 18 CONS PKAPO, AP, 96368-5199, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

REPAIR OR ALTERATION OF AIRPORT TERMINALS (Z2BE)
Timeline
    Description

    The Department of Defense, through the U.S. Air Force, is soliciting proposals for the repair of the HVAC system at the Passenger Terminal B3409 located at Kadena Air Base in Okinawa, Japan. The project entails comprehensive work including the replacement of air handling units, ductwork, piping, and digital controls, while ensuring compliance with U.S. federal, Department of Defense, and local Japanese regulations, particularly concerning hazardous materials like asbestos and lead-based paint. This initiative is crucial for maintaining operational efficiency and safety within military facilities, reflecting the government's commitment to infrastructure integrity. Interested contractors should note that the estimated contract value ranges between $500,000 and $1,000,000, with a performance period of 692 calendar days, and must submit proposals by the specified deadlines, contacting Leona I. Cantu at leona.cantu.4@us.af.mil for further information.

    Files
    Title
    Posted
    The project aims to repair the HVAC system at the Passenger Terminal (B3409) at Kadena Air Base, Japan. It involves comprehensive work, including the replacement of air handling units, ductwork, piping, and digital controls, alongside addressing hazardous materials like asbestos and lead-based paint. The contractor is responsible for all necessary design and construction, ensuring compliance with applicable U.S. federal, Department of Defense, and local Japanese regulations. The construction includes the installation of new HVAC units, ducting, and various mechanical components to guarantee operational efficiency. The project timeline totals 692 calendar days, encompassing both design and construction phases. Strict environmental compliance protocols are emphasized, particularly regarding the handling and abatement of hazardous materials. Contractors must submit extensive documentation including design plans, environmental protection plans, and compliance reports, alongside performing a series of inspections before final project acceptance. This initiative reflects the government's commitment to safety, environmental integrity, and quality in military facility operations.
    The 18th Contracting Squadron is soliciting proposals for a Design-Build project aimed at repairing the HVAC system in the PAX Terminal Building 3409 at Kadena Air Force Base in Okinawa, Japan. The goal is to award a Firm-Fixed Price contract through a competitive selection process. Key to evaluating proposals is the assessment of offerors' past performance, as detailed in the attached Past Performance Questionnaire (PPQ). Responses from organizations with prior experience working with the offerors are essential for assessing their project execution capabilities. The completed PPQ must be submitted electronically by March 31, 2025, to be part of the Source Selection records. The document outlines requirements for respondents, including contact information and performance ratings, covering technical performance, adherence to schedules, and overall management effectiveness. The performance rating system ranges from "Exceptional" to "Unsatisfactory," helping gauge the contractor's ability to meet contractual obligations. The overall process ensures that contractors selected for the project possess a proven track record and can successfully fulfill the government's needs.
    The document pertains to a government Request for Proposals (RFP) and grants focused on addressing various local needs. It includes detailed addresses and projects within the community, potentially targeting urban development or public service enhancements. Each listed street and location likely corresponds to infrastructure improvement plans, community service provisions, or other municipal initiatives aimed at improving the welfare of residents. The plethora of locations signifies a centralized effort to gather bids from various contractors or service providers capable of fulfilling these community needs. The complexity of the document suggests a comprehensive approach to engaging civic resources and facilitating community growth. Overall, it emphasizes a systematic and collaborative effort to foster enhancements across specified regions and engage stakeholders in local governance.
    The document serves as a design guide for contractors working on construction projects at Kadena Air Base within the jurisdiction of the 18th Wing. It outlines mandatory administrative and policy requirements that must be adhered to during the execution of contracts, covering various topics including access requirements, environmental regulations, safety protocols, and material storage. Key areas addressed are the issuance of base passes, safety measures for construction activities, protocols for hazardous material handling, and requirements for traffic control and reporting emergencies. The document emphasizes the importance of compliance with Air Force Instructions and local regulations, mandating that contractors prepare necessary plans and documentation before commencing work. Overall, this guide is instrumental in ensuring that contractors understand their responsibilities and the standards required for safe and efficient project execution on military installations.
    The document outlines the design criteria and guidelines for construction projects on 18 Wing properties, specifically for the Air Force facilities on Kadena Air Base and related installations in Okinawa. It mandates that architecture and engineering (A&E) firms integrate specific design standards, compliance with federal, DOD, and environmental regulations, and performance goals that encompass energy efficiency and sustainability. The requirements emphasize a collaborative design process, the necessity of skilled licensed engineers or architects for contract values above specified thresholds, and the use of unique design guidelines tailored for the 18 Wing. Additionally, it incorporates criteria related to safety, accessibility, and environmental management, as well as procedures for handling hazardous materials like asbestos and lead paint. The document also highlights the importance of utilizing U.S. standard materials and adherence to the Unified Facilities Criteria (UFC) as well as compliance with specific Japanese standards when necessary. Deviations from established criteria are restricted unless explicitly authorized. Overall, these guidelines illustrate the government's commitment to creating safe, sustainable, and functional facilities in a military context while maintaining stringent regulatory compliance.
    The Kadena Air Base Design Guide (KABDG), finalized on February 07, 2020, serves as a comprehensive framework for design and construction projects at Kadena Air Base (KAB) in Okinawa, Japan. It aims to enhance mission effectiveness by addressing specific environmental challenges such as corrosion, humidity, and seismic impacts, ensuring that structures are durable and sustainable over at least a century. The guide outlines general instructions covering mission objectives, site analysis, planning districts, design policies, submittal requirements, and specialized guidelines across multiple disciplines, including civil, mechanical, electrical, and architectural design. Key objectives include the creation of adaptable facilities, efficient use of resources, community integration, and compliance with applicable codes. The KABDG advocates for a unified architectural character while establishing clear processes for maintenance and future designs. Emphasis is placed on local climatic conditions and historical features, necessitating designs that respect both the landscape and cultural assets. The guide serves as a living document, meant to evolve through continual updates and inputs from the KAB community, facilitating effective project execution from planning through maintenance, and reflecting the Air Force’s commitment to operational excellence in a unique geographical context.
    This document outlines the submittal requirements for architectural, design-build, and MACC contracts associated with the 18 Wing properties, including military installations in Okinawa. It establishes procedures for submitting design documents to ensure compliance with contract specifications. The contractor is responsible for preparing detailed submittals at various design stages (schematic, preliminary, pre-final, and final) that include items such as drawings, product data, test reports, and operation manuals. All submittals must be in English, with translations provided for Japanese product information. Key roles include the Contractor's Quality Control System Manager and Designer of Record, tasked with ensuring design integrate effectively with construction requirements. The document emphasizes the importance of coordinating submissions with specific project managers and adhering to various regulatory and quality standards. Lastly, it prescribes technical formats, documentation schedules, and requirements for as-built drawings and closeout submittals, aiming to facilitate a structured design and construction process that meets government and military standards. Overall, it serves as a clear guide for contractors on the necessary steps and requirements to successfully navigate the design submission process within the government contracting framework.
    The government document outlines the environmental protection requirements for construction projects managed by the 18 Wing in Okinawa, Japan. It specifies mandatory compliance with environmental standards, including the Japan Environmental Governing Standards (JEGS) and various U.S. regulations. Key topics include definitions of hazardous materials, waste management practices, and specific prohibitions against certain contaminants like asbestos, lead, mercury, and polychlorinated biphenyls (PCBs). The document emphasizes the importance of the Environmental Protection Plan (EPP), which contractors must submit before project initiation. This plan must detail environmental risks and mitigation strategies related to solid and hazardous waste, stormwater management, and air pollutants. The contractor is also responsible for employee training on environmental compliance and for appointing an Environmental Manager to oversee adherence to these requirements. Furthermore, the document mandates environmental protection measures during construction to prevent pollution, requiring submission of various documentation and certifications. Non-compliance can result in work stoppage and required corrective actions. Overall, the purpose is to ensure the protection of human health and the environment, adhering strictly to jurisdictional laws while executing construction projects within military installations.
    The document addresses the need for decorative wall cladding in Mechanical Room No. 3, although specific details about the existing conditions are not provided. It is part of a broader context likely tied to government RFPs (Requests for Proposals) or grants, focusing on facility upgrades and maintenance, particularly within federal or state infrastructure projects. The emphasis on decorative wall cladding suggests an interest in not only functionality but also aesthetics in mechanical spaces. This could be relevant for improving the overall environment of public facilities, aligning with goals for modernization and compliance with regulatory standards. Further clarity on existing conditions and specific project requirements would be necessary for prospective contractors to prepare responsive proposals. The document hints at the intersection of practical improvements and design elements in government-funded construction and renovation projects.
    The document outlines the mechanical plans for air distribution systems at Kadena Air Base in Okinawa, Japan. It details the specifications and airflow capacity (in CFM) for various supply air ducts (SADs) and exhaust air ducts (EADs) across different floors, emphasizing the necessary dimensions and configurations for effective ventilation. Each duct's designation (e.g., SAD-1, SAD-2) corresponds to its location and function within the facility’s overall HVAC system. The comprehensive airflow requirements reflect the technical demands for climate control in this military installation, ensuring compliance with health standards and operational efficiency. The document serves as a technical blueprint for contractors responding to relevant federal requests for proposals (RFPs) or grants, indicating the importance of adhering to stringent engineering and safety regulations while upgrading mechanical systems at government facilities. Overall, it emphasizes a methodical approach to enhancing air quality and energy efficiency through precise planning and installation of heating, ventilation, and air conditioning infrastructure.
    The document is a Past Performance Fact Sheet intended for offerors to complete as part of the federal Request for Proposal (RFP) submission process. It outlines essential sections for contractors to identify their contract details, including the contractor's name, contract number, type, program title, period of performance, and dollar value. The contractors are also prompted to describe the work performed, its relevance, and whether it was awarded competitively. Additionally, it requires identification of the customer or agency and the geographic scope of services provided. Respondent identification details, including contact information and experience specifics, are also requested. This structured format aims to assess the past performance of contractors, ensuring that relevant experience and qualifications are thoroughly evaluated in the competitive bidding process for government contracts.
    The 18th Contracting Squadron at Kadena Air Base, Japan, is issuing a Request for Information (RFI) regarding Invasive Species Control Services, designated FA527025R0006, for planning purposes. This initiative seeks to gather market availability information on controlling invasive flora and fauna to comply with Japan Environmental Governing Standards. Contractors are required to provide management, tools, and labor for controlling invasive species on U.S. Army Garrison Okinawa installations, with a detailed performance work statement available for reference. Responses to the RFI must include the company's details, capability statements demonstrating relevant past performance, and SAM.GOV registration confirmation. All inquiries must be submitted by December 17, 2024, with capability statements due by December 20, 2024. The document emphasizes the voluntary nature of responses and the requirement for contractors to be registered in the federal System for Award Management. This RFI serves as a precursor to developing an acquisition strategy for subsequent solicitation. The notice outlines necessary information and deadlines for interested vendors.
    The file outlines various government-issued Requests for Proposals (RFPs) and grant opportunities aimed at supporting initiatives at federal, state, and local levels. Key topics include eligibility criteria, funding amounts, application procedures, and timelines for different funding opportunities. Essential details such as required documentation, evaluation criteria, and the focus areas of funded projects are emphasized to guide potential applicants. The primary purpose of this document is to provide comprehensive information that assists organizations in navigating the competitive grant and RFP landscapes, thereby facilitating access to necessary funding for critical public projects. By presenting structured details on available resources, the document underscores the government’s commitment to fostering community development and addressing diverse needs through effective financial support mechanisms. In essence, it serves as a valuable resource for stakeholders seeking to identify and pursue opportunities for collaboration and funding in various sectors.
    The document outlines a solicitation from the U.S. government for the repair of the HVAC system at the PAX Terminal B3409, Kadena Air Base, Okinawa, Japan. The solicitation number is FA527025R0006, and the contractor must provide design, labor, materials, and equipment necessary for the project, which has a magnitude estimated between $500,000 and $1,000,000. The performance period is set at 692 calendar days. Specific requirements include providing performance and payment bonds and participating in a mandatory pre-proposal site visit. The document emphasizes adherence to the Statement of Work and various federal regulations, including the need for compliance with local Japanese customs laws. Proposal submission must be sealed and labeled with necessary details, and funds for the project are not currently available, allowing the government to cancel the solicitation at any time without obligation. The document incorporates numerous clauses from the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) to govern the contractual relationship and processes involved, including payment structures and bonding requirements. This solicitation represents the government's commitment to maintaining and upgrading essential infrastructure at military installations while ensuring compliance with relevant legal frameworks.
    Lifecycle
    Similar Opportunities
    Duct and Elbow Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for duct and elbow repair services at Kadena Air Base in Okinawa, Japan. This opportunity, categorized under NAICS code 561210 and PSC code J041, aims to assess market availability for the repair and certification of JFS duct and elbow exhausts, which are critical for maintaining aircraft operational capabilities. Contractors are required to submit detailed capability statements, including company information and past performance examples, to assist in developing an effective acquisition strategy. Responses must be emailed by March 7, 2025, with questions accepted until March 3, 2025. Interested parties must also be registered with the System for Award Management (SAM) to participate. For further inquiries, contact Nina Wickwire at nina.wickwire.2@us.af.mil or SrA Martin Almazan at martin.almazan@us.af.mil.
    REPAIR RESTROOMS CONTRACTING OFFICE B95
    Buyer not available
    The Department of Defense, through the 18th Contracting Squadron, is seeking qualified contractors for a restroom repair project at Building 95, Kadena Air Base, Okinawa, Japan. The project involves comprehensive renovations of plumbing, mechanical, electrical, and architectural systems to improve functionality and accessibility, with a total performance period of 623 calendar days, including 192 days for design and 431 days for construction. This initiative is crucial for maintaining operational standards and ensuring a safe environment for Air Force personnel, with strict adherence to U.S. and Japanese regulations regarding hazardous materials. Interested parties must respond to the Sources Sought notice by March 10, 2025, and ensure they are registered in the System for Award Management (SAM) database; further details can be obtained by contacting Victor T. Cannon Jr. at victor.cannon.2@us.af.mil or Jonathan Garcia at jonathan.garcia.27@us.af.mil.
    TINKER AFB MAC BOA WWYK210380, REPAIR DUCTWORK, P37-P-39, B3001
    Buyer not available
    The Department of Defense, through the Air Force Materiel Command, is soliciting proposals for the repair of ductwork at Tinker Air Force Base in Oklahoma, specifically at Building 3001. The project involves replacing corroded ductwork to enhance HVAC efficiency, requiring contractors to adhere to strict safety, environmental, and quality control standards throughout the construction process. This initiative is crucial for maintaining operational efficiency and compliance with federal regulations at military facilities. Interested contractors must submit their proposals by March 17, 2025, at 2 PM CST, and can direct inquiries to Stephen Palmer at stephen.palmer@us.af.mil or De'Vonn Lyons at devonn.lyons@us.af.mil.
    FY25 DHA SRM Facility Repairs Building 1585, Yokota Air Base, Japan
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking contractors for facility repairs at Building 1585 located at Yokota Air Base, Japan. The project involves commercial and institutional building construction, specifically focusing on the repair or alteration of laboratories and clinics. This opportunity is critical for maintaining operational readiness and ensuring the safety and functionality of the facilities at the base. Interested contractors can reach out to Charles Qi at charles.l.qi.civ@usace.army.mil or Nakiba Jackson at nakiba.s.jackson.civ@usace.army.mil for further details, with the presolicitation notice indicating the importance of timely engagement in the procurement process.
    Okinawa Multiple Award Construction Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the Okinawa Multiple Award Construction Contract, aimed at commercial and institutional building construction. This contract will involve the repair or alteration of various miscellaneous buildings, highlighting the importance of maintaining and upgrading facilities to support military operations in the region. Interested contractors can reach out to Kurt Stuebs at kurt.stuebs.2@us.af.mil or by phone at 634-4919, or Marina Joyce Amosin at marinajoyce.amosin.ph@us.af.mil for further inquiries. Details regarding the funding amount and key deadlines will be provided in the solicitation documents.
    20th IS controls upgrade and duct cleaning
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the upgrade of controls and duct cleaning services at Offutt Air Force Base in Nebraska. The project involves replacing outdated Excel 5000 series controllers and cleaning approximately 30,000 square feet of ductwork to ensure a safe and efficient working environment for personnel. This procurement is a Total Small Business Set-Aside, emphasizing the importance of maintaining operational efficiency and health standards within military installations. Interested contractors must submit their bids by March 17, 2025, and are encouraged to contact Casey Hupton at casey.hupton.1@us.af.mil or 402-294-2218 for further details.
    SXHT 23-1030 Repair HVAC B535
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is preparing to solicit bids for the repair of HVAC systems at Patrick Air Force Base in Florida under the project FA2521-25-B-0003. This project entails comprehensive work including the replacement of air handlers, installation of return ducts, evaluation of existing ductwork, and improvements to humidity control, all in compliance with Florida Building Codes and Wing Facility Excellence guidelines. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and has a projected duration of 274 calendar days, with an estimated construction magnitude between $1 million and $5 million. Interested bidders should note that the Invitation for Bid (IFB) is anticipated to be released around March 18, 2025, but funding is currently unavailable, and no contracts will be awarded until funds are secured. For inquiries, potential bidders can contact Madison Duarte at madison.duarte.1@spaceforce.mil or Patricia A. Bates at patricia.bates@spaceforce.mil.
    S--Maintenance and Inspection of HVAC Systems, Hangar, Aboveground Storage Tanks and Underground Storage Tanks for the U.S. Naval Air Facility Atsugi, Japan
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking maintenance and inspection services for HVAC systems, hangars, aboveground storage tanks, and underground storage tanks at the U.S. Naval Air Facility, Atsugi, Japan. The services include maintenance, inspection, and repair of HVAC systems, refrigeration, biocidal treatment devices, and other HVAC related equipment at various locations. Additionally, maintenance, inspection, and repair services for hangars at various locations, as well as inspection, testing, and certification for aboveground storage tanks (AST) and underground storage tanks (UST) at various locations are required. Contractors must be authorized to operate in Japan and comply with all laws and regulations. The award will be given to the lowest priced, technically acceptable offer. Interested offerors can access the solicitation on the Asia Navy Electronic Business Opportunities (AsiaNECO) website. Registration with the System for Award Management (SAM) is required to receive a government contract award.
    Replace FCU & AHU B1317
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the replacement of the Fan Control Unit (FCU) and Air Handling Unit (AHU) at Building 1317, Patrick Space Force Base, Florida. This project involves the replacement of four FCUs and two AHUs, along with necessary ductwork and electrical upgrades, aimed at enhancing HVAC system performance and maintaining operational efficiency. The estimated contract value ranges from $100,000 to $250,000, and it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with proposals due by March 31, 2025. Interested contractors can direct inquiries to SSgt Cassidy Richburg at cassidy.richburg@spaceforce.mil or Stephen Ortiz-Gonzalez at stephen.ortiz-gonzalez@spaceforce.mil for further information.
    Rapid Non-Invasive Concrete Structures Spalling Assessments
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to conduct rapid non-invasive assessments of spalling damage in concrete structures at Sebille Manor, Kadena Air Base, Okinawa, Japan. The primary objective of this procurement is to evaluate and document the extent of spalling and other defects in steel-reinforced concrete across various buildings, employing advanced scanning methods such as unmanned aerial systems and handheld devices to ensure safety and extend facility lifespan. This initiative is crucial for maintaining the structural integrity of military residential facilities, with the project expected to last 130 calendar days, culminating in an initial report after assessing ten buildings and a comprehensive final report detailing findings and methodologies. Interested parties can contact Sandeep Chhugani at sandeep.chhugani.jp@us.af.mil or Jash Ancheta at jashmikyle.ancheta@us.af.mil for further information.