NAF MWR Army Lodging, Camp Zama, Japan
ID: NAFQJ3-23-B-0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SN ENDIST JAPANAPO, AP, 96338-5010, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF FAMILY HOUSING FACILITIES (Y1FA)

Set Aside

Local Area Set-Aside (FAR 26.2) (LAS)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the construction of a new seven-story Army Lodging Facility at Camp Zama, Japan, under solicitation number NAFQJ3-23-B-0001. The project aims to provide 103 lodging units, including extended stay rooms and family suites, to enhance accommodations for military personnel and their families during assignments. This facility is crucial for meeting the housing needs of service members undergoing temporary duty or permanent change of station, ensuring compliance with military standards and improving living conditions. Interested contractors must submit their proposals electronically in Japanese Yen by September 12, 2024, with a project cost estimated between ¥2.5 billion and ¥10 billion. For further inquiries, contact Ruben Romero at Ruben.A.Romero@usace.army.mil or Nakiba Jackson at Nakiba.S.Jackson@usace.army.mil.

    Files
    Title
    Posted
    The "One Time/Multiple Access Roster" serves as a formal request for visitor access to U.S. Army installations, specifically designed for sponsors organizing group visits on predetermined dates. To streamline processing, sponsors must clearly fill out specified information in both English and Kanji and submit the roster at least four working days in advance, as same-day requests will not be accommodated. Essential fields include sponsor details, visitor personal information, and vehicle specifications. The document emphasizes the sponsor's responsibilities, particularly regarding their non-SOFA guests, under USAGJ Regulation 190-13. It also outlines the authority behind the form and clarifies that personal data is collected under the Privacy Act of 1974 for monitoring visitor access. This ensures that all authorized entries are appropriately documented and controlled. The practicality and enforcement of this protocol reflect the Army's commitment to security and regulatory compliance at their facilities.
    The document outlines an abstract of offers received in response to a government Request for Proposal (RFP) for construction services at Army Lodging, Camp Zama, with solicitation number NAFQJ3-23-B-0001. Issued on July 10, 2023, and set to open on September 12, 2024, it presents bids from two contractors: Gilbane Japan GK and Maeda - Samsung JV. The estimated quantity for the item listed is 1, with total bid amounts of ¥13,266,500,000 and ¥13,988,000,000, alongside a government estimate of approximately ¥11,052,063,376. Both offers included a bid security of 20%. The document highlights that the construction aims to establish primary and supporting facilities, emphasizing the importance of reasonable contract pricing, as noted by acknowledgments of amendments. The certification by the U.S. Army Engineer District, Japan, ensures that all received offers were properly recorded and analyzed in alignment with government contracting standards. This file is critical for understanding the procurement process for public construction projects and reflects adherence to federal contracting guidelines.
    The document provides an extensive overview of various refrigerator and freezer models, including specifications, features, and operational requirements for commercial use. It emphasizes energy efficiency, highlighting advancements like inverter control, reduced power consumption, and enhanced cooling technologies. Key products include chillers, blast chillers, and ice machines, each designed for specific applications such as food preservation, beverage chilling, and ice production. The specifications detail external dimensions, power supply options, temperature ranges, and design features such as stainless steel construction and self-cleaning capabilities. Furthermore, the document indicates that the outlined equipment can meet varying industry demands while ensuring food safety through rapid cooling mechanisms that inhibit bacterial growth. Overall, this document is integral for government RFPs and grants, serving as a resource for decision-makers in procurement processes regarding food service equipment, reflecting advancements in energy efficiency and food safety technologies crucial for compliance with regulatory standards and operational excellence.
    The document outlines the life safety plans and occupancy calculations for the Army Lodging Facility at Camp Zama, Japan, as part of its design submission. Key details include occupancy loads per floor, travel distances, and required egress widths based on the National Fire Protection Association (NFPA) regulations. Each of the floors (second through seventh) provides specifics regarding door widths, stair widths, and fire-rated assemblies necessary for compliance with NFPA 101 standards. The building's design aims to ensure the safety of guests by detailing fire safety measures such as two-hour fire-rated shafts, allowable travel distances, and the minimum clear widths for stairs and doors. The report indicates that the calculations for the required egress widths exceeded the actual dimensions provided, ensuring pathways are amply sized for safe evacuation. Overall, the document emphasizes institutional commitment to safety standards in the architectural planning phase in alignment with federal and local regulations, which is crucial for military lodging facilities. This comprehensive framework serves as an essential preparation groundwork for subsequent construction and operational compliance evaluations.
    The document is an architectural plan and proposal for an Army Lodging Facility at Camp Zama, Japan, prepared by OTIE-RS&H Joint Venture. It lays out detailed floor plans for multiple levels of the facility, emphasizing structural elements, room layouts, and amenities, including guest rooms, elevators, storage, and utility areas. The plans include specifications for wall types, ceiling heights, and building materials, indicating a focus on safety (fire-rated walls, smoke partitions) and functionality (abuse-resistant gypsum board in corridors). General notes mention the need for further civil, structural, mechanical, plumbing, electrical, and communication drawings. Amendments suggested adding features like bathroom shelves in specific units. The aim is to create a modern and compliant lodging facility that meets the specific needs of military personnel while adhering to U.S. Army Corps of Engineers standards. The purpose of this document aligns with federal RFPs and grants by detailing project requirements for potential contractors to prepare bids for the construction and development of military housing infrastructure. It emphasizes the importance of adhering to standards and regulations for military facilities.
    The document outlines the plumbing plans for the Army Lodging Facility at Camp Zama, Japan, focusing on the design and installation of drainage, waste, and vent systems throughout multiple floors of the facility. It includes detailed plumbing schematics for each floor, indicating specific pipe sizes, routing instructions, and coordination requirements with contractors. Key features include standards for vent and sanitary piping, drainage system specifications, and the installation of necessary fixtures and fittings compliant with building codes. The notes emphasize the importance of prior coordination among contractors to prevent conflicts during installation and highlight the critical nature of maintaining the integrity of the facility's plumbing infrastructure throughout the construction process. The overarching goal is to ensure safe, efficient, and durable plumbing systems that adhere to military and local guidelines, facilitating a functional environment for occupants.
    The document outlines the design and specifications for a new Army Lodging Facility at Camp Zama, Japan, covering a total area of 8,334 square meters. The facility will consist of 103 units, including extended stay rooms, family suites, and deluxe family suites, intended to replace an outdated lodge and annex. Primarily serving personnel on temporary duty and families undergoing permanent change of station, the design also allows for the conversion of adjacent rooms into multi-room suites for extended stays. The document emphasizes that the project involves critical construction considerations, particularly concerning existing fiber optic conduits located underground. It includes precautionary guidelines for contractors to avoid damaging these conduits during construction, including the necessity for prior field verification and the submission of reports documenting conduit locations and protective measures. Overall, this comprehensive plan reflects the military's ongoing commitment to providing necessary accommodations in line with operational requirements and readiness while ensuring compliance with safety regulations and maintaining the integrity of existing infrastructure.
    The document outlines the design proposal for a new Army lodging facility at Camp Zama, Japan, which includes an 8,334 square meter, seven-story structure featuring 103 units. These units comprise 55 extended stay rooms, 46 family suites, and 2 deluxe family suites aimed at providing temporary housing for military personnel and their families during assignments. The facility is intended to replace an outdated lodge and annex that fail to meet current needs. Key aspects of the proposal include the integration of adjacent rooms for conversion into multi-room suites to better accommodate families undergoing permanent change-of-station logistics and the accurate handling of existing fiber optic conduits crucial for operations, highlighting the importance of prior identification and protection of these utilities during construction activities. The document also details the criticality of maintaining continuous fiber optic conduit functionality alongside thorough reporting protocols for any damages or conflicts that may arise during construction. Overall, the proposal emphasizes the U.S. government's commitment to enhancing living conditions for service members and their families while addressing practical construction and logistical concerns.
    The document outlines the solicitation and design details for the construction of a new 103-unit Army lodging facility at Camp Zama, Japan, led by the OTIE-RS&H Joint Venture. The project, replacing an outdated lodge, includes 55 extended stay rooms, 46 family suites, and 2 deluxe family suites, addressing the accommodation needs of personnel and families undergoing temporary duty or permanent station relocation. Key design features focus on operational functionality and adaptability for various family situations. Additionally, the document stresses the importance of protecting an existing fiber optic conduit during construction. The contractor is mandated to ensure that this conduit remains undisturbed, with specific protocols for excavation and pile placements. Any damage to the conduit requires immediate notification and remediation, safeguarding mission-critical communication infrastructure. Overall, the document serves as a submission for government procurement, detailing compliance with regulations and the logistical considerations necessary for the successful execution of the construction project.
    This document outlines an amendment to solicitation NAFQJ323B0001 issued by the U.S. Army Corps of Engineers for the construction of a new seven-story Army Lodging Facility in Japan. The primary purpose of the amendment is to extend the bid due date to February 20, 2024, at 1400 JST. Contractors are required to acknowledge receipt of this amendment to ensure their offers are considered valid. The document stipulates that all terms and conditions remain unchanged except for the modified bid deadline. This notice serves to keep potential contractors informed and compliant with the bidding process, reflecting a key procedure in federal procurement management. The amendment follows established federal regulations regarding the modification of contracts. Overall, it emphasizes the importance of timely communication in government contracting practices to foster participation and ensure that opportunities are accessible to all interested parties.
    The document is an amendment to solicitation NAFQJ3-23-B-0001 concerning the construction of a seven-story Army Lodging Facility, issued by the Japan District of the U.S. Army Corps of Engineers. The amendment modifies the original solicitation as indicated in Item 14. A key change includes an extension of the bid submission deadline to February 29, 2024, at 14:00 Japan Standard Time (JST). The contracting authority emphasizes that all other terms and conditions of the original solicitation remain unchanged, ensuring continuity of the project and compliance with federal regulations. Contractors are required to acknowledge the amendment's receipt to avoid rejection of their proposals. This document reflects an administrative effort to facilitate the bidding process for a government construction project, underscoring the importance of timely communication and adherence to procedural requirements in federal contracting.
    This document serves as an amendment to Solicitation NAFQJ3-23-B-0001 for the construction of a new 7-story Army Lodging Facility. Key modifications include an extension of the bid due date from February 29, 2024, to July 30, 2024, at 1400 JST, as well as an announcement of an additional site visit and Request for Information (Bidder Inquiry) to be issued later. Contractors must acknowledge receipt of the amendment, with procedures outlined for acceptance. The amendment ensures that all other terms and conditions of the solicitation remain unchanged and in full effect, reinforcing the continuation of the procurement process in accordance with federal regulations. This amendment emphasizes transparency and provides clarity to contractors participating in the bidding process.
    This document is an amendment to the solicitation for the construction of a new seven-story Army Lodging Facility, identified as NAFQJ323B0001, issued by the Japan District of the U.S. Army Corps of Engineers. The amendment extends the deadline for bid submission while providing updates on the proposal process, including changes to section instructions, contact points, and conference details. Notably, an additional pre-bid conference and site visit have been scheduled, and an extra request for information (RFI) period added. Bids must be submitted electronically in Japanese Yen with a project cost estimated between ¥2.5 billion to ¥10 billion. Local bidders authorized in Japan are prioritized, and all relevant documents must be submitted through the Procurement Integrated Enterprise Environment (PIEE) platform. The amendment reinforces the requirement for compliance with local laws, including licenses and permits for construction. The government reserves the right to further amend specifications prior to bid opening. Overall, the document outlines necessary procedural changes and emphasizes adherence to compliance in the bidding process.
    The document pertains to an amendment for Solicitation NAFQJ323B0001 issued by the U.S. Army Corps of Engineers, concerning the construction of a new seven-story Army Lodging Facility in Japan. The amendment primarily extends the deadline for submitting Requests for Information (RFIs) from April 16, 2024, to April 18, 2024, while maintaining the proposal due date of July 30, 2024. The amendment outlines essential bidding instructions, including the requirement to submit bids electronically via the Procurement Integrated Enterprise Environment (PIEE) and specifies that bids must be in Japanese Yen. It emphasizes the need for local sources eligible for participation, stating that only contractors physically located in Japan and authorized to perform construction work will be considered. Additionally, the document necessitates a bid guarantee, lists acceptable sureties, and states that all necessary documentation must be provided during submission. The amendment also highlights that funds for the acquisition are not currently available, delaying any contract awards until funding is secured. Overall, this solicitation amendment serves to facilitate the bidding process while ensuring compliance with relevant regulations for government contracts in Japan.
    The document is an amendment to the solicitation for the construction of a new seven-story Army Lodging Facility, identified as NAFQJ323B0001, issued by the Japan District of the U.S. Army Corps of Engineers. Effective from July 10, 2023, this modification updates various sections of project specifications, replacing some existing sections and adding others, while retaining some attachments for reference. Among the changes are revisions to numerous specifications and drawings indicated by amendment mark "AM-0003." Important sections and attachments updated include specifications related to environmental considerations and structural components. The amendment also notes that "As-Built" drawings and equipment cut sheets are provided for informational purposes and should not be relied upon as part of the contract. Despite these changes, the deadline for proposal submissions remains unchanged, with bids due by January 30, 2024, at 2:00 PM JST. The amendment stresses the necessity for bidders to acknowledge receipt of the amendment, as failure to do so could result in offer rejection. Overall, this document serves to clarify and revise the existing solicitation conditions for stakeholders involved in the bidding process for the construction project.
    This document serves as an amendment to solicitation NAFQJ323B0001 for the construction of a new 7-story Army Lodging Facility. Issued by the Japan District, U.S. Army Corps of Engineers, this amendment modifies the existing solicitation by updating project specifications and drawings. The amendment indicates the release of revised specification sections and drawing sheets, including specific attachments that replace previously issued versions. Changes in the specifications are marked and affect how contractors are to proceed with their proposals. Notably, the proposal due date remains unchanged, emphasizing that all other terms and conditions of the original solicitation document continue to apply. The amendment is crucial for maintaining clarity and adherence to project standards, ensuring that all potential bidders are informed promptly of the changes. Overall, this document exemplifies standard practice in managing government RFPs, highlighting the importance of adhering to formal processes in public sector contracting.
    The document is an amendment to Solicitation NAFQJ3-23-B-0001 by the Japan District of the U.S. Army Corps of Engineers, concerning the construction of a new seven-story Army Lodging Facility. This amendment serves to extend the bid submission deadline to February 13, 2024, at 1400 JST. It outlines the procedures for contractors to acknowledge receipt of the amendment, including options for submitting the acknowledgment. The overall terms and conditions of the original solicitation remain unchanged. The amendment emphasizes the importance of timely communication regarding changes to avoid the potential rejection of offers. This modification is part of standard government procurement practices to ensure clarity and compliance in contracting processes.
    This document outlines the amendments to RFP No. NAFQJ3-23-B-0001, detailing significant changes to project specifications and drawings. It specifies the revisions to the project specifications, providing a list of revised sections, including updates to the Project Table of Contents, various construction and electrical sections, and attached revised documentation. Additionally, it identifies newly added sections to the specifications as well as entirely deleted sections. The document further details the revised sheets for the project drawings, with numerous sheets amended and indicated by revision clouds, replacing previously issued sheets. Importantly, despite these changes, the proposal due date and time remain unchanged. This amendment is part of the federal contracting process, underscoring the need for precise updates in government solicitations to ensure compliance and clarity for potential bidders. Overall, the aim is to provide up-to-date guidance for contractors engaged in fulfilling the RFP requirements efficiently and accurately.
    The document outlines the Future Army Lodging Site Preparation project at Camp Zama, Japan, managed by the United States Army Garrison Japan's Directorate of Public Works. The scope includes the excavation, removal, and installation of various mechanical and electrical utilities, including sanitary piping, water piping, and electrical systems. Contractors are required to address unforeseen site conditions, dispose of materials in compliance with local regulations, and restore damaged government property. The project aims to remove abandoned infrastructure, such as steam pits and old wiring, and replace them with new systems, including transformers, street lights, and communication cables. The document emphasizes the importance of verifying site conditions before work, the need for conforming to environmental regulations, and maintaining safety while carrying out activities that might affect nearby ecological assets. As-built drawings are provided for information, indicating that contractors must ensure actual site conditions are verified. The overall purpose is to prepare the site for future lodging facilities while ensuring compliance with safety and environmental regulations during construction activities.
    The document outlines the architectural and engineering plans for the Army Lodging Facility located at Camp Zama, Japan, managed by the US Army Corps of Engineers and prepared by the OTIE-RS&H Joint Venture. It includes comprehensive details regarding various disciplines involved in the project, such as civil, structural, mechanical, electrical, and fire protection engineering, demonstrating the collaborative efforts required for the facility's construction. The project aims to provide upgraded lodging accommodations for Army personnel, adhering to regulatory standards and functional needs. Key features of the plans involve extensive architectural designs, including detailed floor plans, wall sections, and elevation details. Amendments listed within the document highlight modifications for added functionalities, such as bathroom shelves. The project emphasizes safety and compliance throughout design and construction. Numerous licensed professionals contributed their expertise in relevant fields, ensuring thorough oversight and adherence to quality and safety standards. The structured layout of the document consists of various sheets detailing architectural drawings, specifications, revisions, and notes necessary for contractors and engineers during construction. Overall, the project exemplifies the federal efforts to enhance military housing, combining modern amenities with safety protocols effectively.
    This document details the final RTA submittal for the Army Lodging Facility project at Camp Zama, Japan, under contract NAFQJ3-23-B-0001. It outlines the general requirements, specifications, and administrative procedures necessary for the construction project, emphasizing adherence to U.S. standards while allowing for the use of alternative Japanese standards where appropriate. Key sections cover contract requirements, quality control measures, sustainability obligations, and detailed descriptions of construction divisions including demolition, concrete, metalwork, and HVAC systems. Critical details include the mandatory qualifications for project key personnel, required safety protocols, and compliance with fire prevention and indoor air quality management regulations. The document stresses systematic submittal processes and outlines conditions for time extensions due to severe weather, emphasizing accountability and thorough documentation throughout the project's lifecycle. Overall, it reflects adherence to stringent government contracting standards while ensuring that the project meets specific operational and performance benchmarks essential for military lodging facilities.
    The document is an amendment to solicitation NAFQJ323B0001 issued by the U.S. Army Corps of Engineers for constructing a new 7-story Army Lodging Facility. It formally extends the bid due date and time to August 29, 2024, at 2:00 PM JST. All other terms and conditions of the original document remain unchanged and enforceable. Contractors are required to acknowledge receipt of this amendment prior to the specified deadline through various methods including direct acknowledgment on submissions or via separate correspondence referencing the amendment. The purpose of this amendment is to inform potential offerors of the deadline extension and ensure compliance to secure the offers for this construction project. This amendment demonstrates standard procedural adjustments to accommodate contractors while maintaining project timelines and integrity.
    The document outlines an amendment to the solicitation NAFQJ3-23-B-0001 for the construction of a new seven-story Army Lodging Facility. The amendment modifies specific details related to the solicitation, including an updated meeting link, meeting number, and password for interested parties attending the Virtual Public Bid Opening. The deadline for proposal submission remains unchanged, with bids due by August 29, 2024, at 2:00 PM (JST). Instructions for participation in the telephonic bid opening are provided, emphasizing the importance of timely submission via the PIEE Solicitation Module. An Abstract of Bids will be posted on the SAM.gov website once bids are announced. This amendment ensures clarity and accessibility for contractors involved in the bidding process while adhering to established procurement protocols.
    The document is an amendment to solicitation NAFQJ323B0001, concerning the construction of a seven-story Army Lodging Facility. It modifies the original solicitation by extending the bid due date to September 12, 2024, at 2:00 PM JST. This amendment is necessary to accommodate anticipated revisions to the bid drawings, specifically changes to the exterior color and other clarifications. Contractors are required to acknowledge the receipt of this amendment as part of their offer submission, ensuring that all proposals meet the new timeline established. The document serves as an official communication from the U.S. Army Corps of Engineers, emphasizing procedural compliance and updated project timelines within federal contracting protocols.
    The document serves as an amendment to Solicitation No. NAFQJ323B0001 regarding the construction of a new, seven-story Army Lodging Facility by the U.S. Army Corps of Engineers in Japan. This amendment modifies certain details of the original solicitation while confirming that most terms remain unchanged. Key changes include the addition of revised drawing sheets marked with “(AM-0015)” which supersede prior versions, ensuring all changes indicated by revision clouds are incorporated. Notably, the proposal due date and time remains unchanged, emphasizing the ongoing timeline for submissions. Contractors are required to acknowledge receipt of the amendment to avoid the rejection of their offers. This amendment illustrates the procedural requirements and administrative modifications involved in government contracts, reinforcing compliance and clarity throughout the contracting process.
    The document outlines the design specifications for a monument sign at the Army Lodging Facility in Camp Zama, Japan, created by the US Army Corps of Engineers. Key features include a 2mm thick aluminum cabinet painted to specific color codes, stone cladding, and internally illuminated routed lettering with white LEDs. The construction must adhere to detailed guidelines provided in various sections, including the necessity for shop drawings and stone samples during construction. The document emphasizes the importance of compliant construction methods, including the use of stainless steel anchor bolts and specific dimensions for the stone selections. Additionally, it details the finishing treatments for various elements of the building's facade, focusing on aesthetic consistency and durability. This comprehensive set of drawings and notes serves as a critical reference in the bidding process, ensuring all contractors align with the established design criteria and quality standards.
    This document is an amendment to solicitation NAFQJ3-23-B-0001, issued by the Japan District of the U.S. Army Corps of Engineers, for the construction of a seven-story Army Lodging Facility. The amendment officially modifies the solicitation details, extending the deadlines for bid inquiries and submission. Specifically, the inquiry deadline has been pushed to September 10, 2023, and the bid due date is now December 14, 2023. Revised drawings are attached, which include various updated sheets that replace earlier versions, with changes marked in revision clouds. Interested contractors must acknowledge receipt of the amendment through specified methods to ensure their offers are considered. The document emphasizes that all previous terms and conditions remain in effect unless otherwise noted. The amendment underscores the importance of communication through the Bidder Inquiry Module for any inquiries related to the solicitation, ensuring compliance with the proper procedures before the new submission date. This amendment exemplifies typical processes in federal RFPs, where requests for proposals can be modified to accommodate contractor inquiries and revise project requirements.
    The document is a solicitation for a sealed bid (IFB) under solicitation number NAFQJ3-23-B-0001 issued by the US Army Corps of Engineers for a project involving the construction of primary and supporting facilities at Camp Zama, Japan. The solicitation is funded by non-appropriated funds, indicating that appropriated U.S. government funds are not involved. The deadline for sealed offers is set for November 16, 2023, at 2 PM local time. Key components include requirements regarding insurance coverage, specifically the Defense Base Act, and the exemption from Japanese consumption tax for materials procured for official purposes. The document outlines special contract requirements, including the contractor's obligation to provide identification for employees, maintain English correspondence, and appoint a bilingual representative on site. Additional terms cover the submission of invoices, prompt payment provisions, and contract administration. The contractor is also held liable for liquidated damages in case of delays. The structure of the document features several sections, including a detailed list of requirements, clauses incorporated by reference, and specific procurement guidelines, showcasing the comprehensive framework surrounding government procurement activities at a military installation.
    The document outlines the scope of work for the Future Army Lodging Site Preparation project at Camp Zama, Japan. Key tasks include the excavation and removal of existing sanitary sewer systems, potable water piping, and abandoned steam pits, alongside restoration of any incidental damage to government property by the contractor. Additional responsibilities involve the management of existing and new electrical installations, which include removing outdated infrastructure such as transformers and high voltage cables, and installing new electrical panels and fiber optic cables. The contractor must dispose of removed materials in accordance with local regulations and verify all dimensions before commencing construction. "As-Built" drawings are provided for reference but are not part of the contract, indicating that the contractor must assess and confirm actual site conditions independently. This document serves as a formal Request for Proposal (RFP) within the framework of government contracting, emphasizing the need for compliance with regulations and ensuring proper project execution to maintain safety and efficiency on the site.
    The document pertains to the design and construction of a new Army Lodging Facility at Camp Zama, Japan. It outlines plans for an 8,334 square meter, seven-story building consisting of 103 units—55 extended stay rooms, 46 family suites, and 2 deluxe family suites—replacing outdated facilities. The design aims to effectively accommodate temporary duty personnel and families experiencing permanent change of station. Central to the project is the emphasis on integrating several adjacent rooms to enable conversion into multi-room suites, suited for long-term stays. A critical aspect noted is the preservation of existing fiber optic conduits, highlighting protocols for excavation and construction to prevent damage. Clear guidelines are provided for construction processes, including safety measures for existing infrastructure. The document is structured through engineering and architectural details, with referenced professional personnel from various disciplines, illustrating a coordinated engineering effort. Overall, this initiative reflects the Army's commitment to providing updated lodging facilities to meet operational demands and enhance living conditions for service members and their families.
    The document outlines the final submission for the Army Lodging Facility project at Camp Zama, Japan, identified by project number NAFQJ3-23-B-0001. It details the general contract requirements, including definitions, references, and mandatory U.S. testing products. The submission emphasizes the necessity of compliance with specified design codes and the importance of utilizing U.S. tested materials, particularly for fire suppression and notification systems. Key personnel qualifications are critical, including stipulations that the project manager must have at least ten years of relevant experience, while bilingual capabilities in English and Japanese are required for effective communication. It also emphasizes contractor responsibilities regarding environmental management, safety regulations, adherence to construction schedules, and submission guidelines for various documentation types. The project structure is divided into multiple divisions, detailing roles, quality control measures, and required submittals at various project stages. Overall, the document serves as a comprehensive framework to ensure compliance and guidance throughout the construction of the Army Lodging Facility, reaffirming the U.S. Army's commitment to safety, quality, and regulatory adherence in international projects.
    The document details a submission by Oneida Total Integrated Services (OTIE) in collaboration with RS&H for the design and construction of the Army Lodging Facility at Camp Zama, Japan. It presents the contributions of various licensed professionals, including architectural, civil, structural, mechanical, and electrical engineers. The submission is meant to support a government RFP related to a military facility project, emphasizing compliance with federal and state regulations. Key components include a series of engineering drawings, specifications for materials, and design intentions for different systems, such as fire protection and life safety measures. Several revisions and updates are noted, indicating ongoing modifications to the original design based on regulatory feedback and project requirements. The document also highlights general notes on dimensions, accessibility standards, and construction materials appropriate for this project. Overall, this submission serves as a comprehensive plan to ensure that the Army Lodging Facility meets the necessary operational and safety standards expected for military accommodations, aligning with broader federal infrastructure goals.
    The document outlines the LEED v4 checklist for the Army Lodging Facility at Camp Zama, Japan, aiming to achieve sustainable building certifications. Key project aspects include prerequisites and credits across categories such as energy use, water efficiency, indoor environmental quality, and sustainable site development. The project targets a total of 110 possible points, with various credits achieved or not pursued based on specific design criteria, existing conditions, and regulatory waivers. Notably, a calculated energy cost savings of 28.8% is highlighted, alongside compliance with various Department of Defense (DOD) waivers regarding data sharing and commission responsibilities. The checklist indicates that some sustainability practices, such as advanced energy metering and enhanced indoor air quality strategies, are not achievable due to local constraints and materials availability. Overall, the document serves as a comprehensive guide for structuring the project to meet LEED certification standards while acknowledging specific challenges faced in implementation. It reflects a commitment to sustainability and environmental stewardship within military infrastructure projects.
    The document provides a list of attendees from the preproposal conference for the federal Request for Proposal (RFP) NAFQJ3-23-B-0001, held on July 27, 2023. Notable participants include representatives from companies such as AEC, KG Consulting, Ichiken, and Hexel, with specific attendees identified by name. The attendance indicates active engagement from various companies likely interested in bidding for the government contract associated with this RFP. This gathering serves as a platform for potential bidders to clarify project requirements and foster competitive dialogue, integral for the RFP process. The compilation of participants underscores the collaborative nature of federal contracting and the importance placed on communication in the preproposal stage.
    The document presents the details of an RFP for the construction of the FY21 NAF Army Lodging facilities at Camp Zama, Japan, under solicitation number NAFQJ323B0001. The pre-bid conference was held on July 27, 2023, to discuss project requirements, including the bidding process, contract stipulations, and qualification criteria for bidders. Key discussions included the project scope, deadlines, the importance of adhering to solicitation formats, and required documentation such as DA Form 4069. Bids must be submitted electronically, with a deadline of November 16, 2023, and should meet all specified conditions to avoid rejection. The project involves constructing primary and supporting facilities, with an emphasis on local bidders authorized to operate in Japan, maintaining compliance with national laws and having necessary licenses. The construction phase is projected to last 1,080 calendar days, with liquidated damages of ¥471,000 for delays. The overarching goal of this RFP process is to ensure a transparent, fair, and compliant bidding environment, facilitating the creation of adequate lodging facilities that meet military standards.
    The document outlines the pre-bid conference for the FY21 NAF Army Lodging construction project at Camp Zama, Japan, and details essential requirements for bidders. It provides guidelines for the submission of bids, emphasizing the necessity for compliance with various regulations, including Japan's local laws. The conference will address contract requirements, scope of work, site visit itinerary, and submission formats, particularly through the PIEE Solicitation Module. Bidders are required to use the DA Form 4069, adhere to bid schedules, and submit a variety of pre-construction documents within stipulated timelines. Additionally, the project value is estimated between ¥2.5 billion and ¥10 billion, with significant emphasis on contractor qualifications and work completion standards, including a preparation period of 1,080 days post-notice to proceed (NTP). The document is intended to guide participants in aligning with government contracting processes and ensuring smooth project execution in compliance with specified guidelines and standards.
    The document outlines the specifications for the Army Lodging Facility project (Contract No. NAFQJ3-23-B-0001) at Camp Zama, Japan. It serves as a detailed reference for contractors regarding general requirements, project schedules, sustainability protocols, safety measures, and quality control throughout the construction phase. The contract mandates compliance with both U.S. and acceptable Japanese standards, emphasizing the importance of certifications for materials and systems, particularly those related to fire safety and air quality. Key points include the roles and qualifications of essential project personnel, outlining their responsibilities and emphasizing qualifications for effective project management. The document also specifies payment procedures, submission requirements, and general safety protocols during construction, including fire prevention and maintaining air quality. Overall, this contract serves as a comprehensive guide to ensure compliance and high standards in the construction of the Army Lodging Facility, reflecting the government’s commitment to safety, sustainability, and regulatory adherence in federally funded projects.
    The One Time/Multiple Access Roster serves as a formal request for visitors to gain access to U.S. Army installations, specifically for a group visit at Camp Zama. It requires sponsors to provide detailed information about their guests, including names, nationality, purpose of the visit, and vehicle details, ensuring accuracy in both English and Kanji for efficient processing. The request must be submitted at least four working days in advance, and same-day requests will not be processed. The sponsor is held accountable for the conduct and control of their visitors per USAGJ Regulation 190-13. Mandatory participant information includes personal details such as date of birth, physical characteristics, and identification documents. Failure to submit required information can hinder the issuance of authorized pass numbers, affecting visitor access and escort privileges. This document is regulated under the Privacy Act of 1974 and is fundamental in maintaining security and monitoring visitor status at military facilities.
    The document is an attendance roster from a meeting held by the U.S. Army Corps of Engineers Japan District on March 26, 2024. It lists various participants from multiple companies, primarily related to construction and engineering, including representatives from Hexel Works, Obayashi Corporation, and Gilbane. Each entry includes the attendee's name, title, company, and phone number. The presence of both local and international companies suggests a collaborative effort in government contracting within the Japan region. The document illustrates engagement in projects likely associated with federal RFPs and grants focused on military lodging and engineering operations at sites such as Camp Zama and Camp Fuji. This attendance roster serves not only as a record of participation but also indicates potential partnerships and networking crucial for upcoming contracting opportunities in support of the U.S. Army's needs in Japan. The structure of the document emphasizes details pertinent to each participant, highlighting the breadth of engagement from various stakeholders in the defense sector.
    The document pertains to the attendance list from the pre-bid conference held for the Zama Lodge project on March 25, 2024. The companies represented at the conference include HEXEL Works, KG Consulting GK, Obayashi Corporation, and Samsung C&T. This gathering is a crucial step in the government RFP process as it allows potential contractors to gain insight into the project requirements and expectations. The presence of these firms indicates a level of interest and engagement in the bidding process, reflecting the competitive landscape for federal and state project contracts. The pre-bid conference is an essential platform for clarifying project details and fostering communication between government representatives and prospective bidders, ultimately enhancing the overall accountability and transparency of the procurement process. By participating, these firms position themselves to submit informed proposals that align with the government's objectives for the Zama Lodge project.
    The document outlines the attendance roster from a pre-award site visit related to the construction of an Army lodging facility at Camp Zama, Kanagawa, under Solicitation No: NAFQJ3-23-B-0001, conducted on July 28, 2023. It lists participants affiliated with various companies and organizations, including their contact information. Notable attendees from JED/KRO include Sebastian Williams, Haruo Fukamachi, Jun Arai, and 1LT Gavin Rust, among others. Various other contractors such as TOA and Gilbane/KIR are also represented. The roster serves as an official record of entities interested in the project, highlighting collaboration among multiple stakeholders in the construction and engineering sectors. This visit is part of the broader government contracting process for federal construction projects, aiming to ensure competitive bidding and compliance with regulatory standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Multiple Award Task Order Contracts (MATOC) Sustainment, Restoration, and Modernization (SRM) Requirements, Okinawa Japan
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking Multiple Award Task Order Contracts (MATOC) for Sustainment, Restoration, and Modernization (SRM) Requirements in Okinawa, Japan. This procurement is for construction services in various locations in Okinawa, Japan, and falls under the Commercial and Institutional Building Construction industry. The project magnitude is estimated to be between ¥10,000,000,000 and ¥25,000,000,000 ($100,000,000 and $250,000,000). The anticipated solicitation issue is between May and June 2024, with a contract award expected between April and June 2025. The purpose of this solicitation is to award indefinite-delivery/indefinite-quantity (IDIQ) contracts for a variety of construction work to support U.S. Government facilities in Okinawa, Japan. The work includes renovation, maintenance, repair, restoration, and alteration of existing facilities, as well as the modernization of various building components. The total program value is not to exceed $245M (USD)/ ¥24,500,000,000 (JPY) over the ordering period. Interested vendors must be registered in the SAM database and be licensed and registered to perform work in Japan. The solicitation will be conducted in two phases, with a best value procurement in the second phase. The Government intends to award five firm-fixed-price construction contracts as a result of this RFP. Only local sources physically located in Japan and authorized to perform the specified construction work will be considered. Prior to contract award, interested vendors must be registered for construction work with the Government of Japan and possess necessary construction licenses and permits.
    Z--Whole House Revitalization of Ume Tower, Bldg 5024, U.S. Fleet Activities Sasebo, Japan.
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor for the Whole House Revitalization of Ume Tower, Bldg 5024, U.S. Fleet Activities Sasebo, Japan. This project involves the renovation of the existing Family Housing Hirise Building, including replacement of interior finishes, lighting, HVAC systems, bathrooms, and laundry rooms, as well as repairs to kitchen and common spaces. The contractor must be authorized to operate in Japan and comply with all local laws and regulations. The estimated magnitude of this construction project is between $10,000,000 and $25,000,000 USD. The work must be completed within 620 calendar days after the date of award. Interested offerors can find more information on the Federal Business Opportunities (FBO) website. Registration with the System for Award Management (SAM) is required to receive a government contract award.
    FY2024-FY2025 Projections
    Active
    Dept Of Defense
    The US Army Corps of Engineers, Japan District, has released a special notice outlining its projected requirements for fiscal years 2024 and 2025. The purpose of this notice is to provide local construction companies in Japan with advance information for informational planning. The scope of work for these projections includes a range of construction and renovation projects to be executed across military facilities in Japan. The projects encompass diverse functionalities, such as family housing, hangars, schools, and fuel piers. The tasks involve design, construction, modernization, and repair services, with specific requirements in some cases. For instance, secondary containment systems and fuel offloading platforms are mentioned. The Japan District emphasizes that these projections are only for local sources physically located and licensed to operate in Japan. Companies interested in these opportunities must register in the System for Award Management (SAM) database and comply with applicable Japanese laws and regulations. Several of these projected projects have estimated values ranging from $15 million to over $25 million. It is indicated that some will be awarded through design-build contracts. While a few projects have already been solicited, others are anticipated to be issued and awarded throughout fiscal years 2024 and 2025. Key dates and further details are provided in the attached quarterly projections document. Industry participants are invited to submit any comments or concerns regarding these projections to the contracting officers mentioned in the notice. Dr. Nakiba Jackson and Ms. Jennifer Knutson are the respective contracting officers for Army, Air Force, Housing, and DoDEA, DLA, Navy, and Marine Corps. Mr. Jack Letscher serves as the contracting officer for Okinawa. It is important to note that this notice does not guarantee future solicitations or awards and that any conflicting information between this notice and future solicitations will be governed by the latter. Interested parties are advised to regularly monitor SAM.gov for individual project updates.
    Z--Z--YSK-4319 Asagao Heights Whole House Renovation, Commander Fleet Activities, Yokosuka, Japan
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor for the whole house renovation of Asagao Heights in Commander Fleet Activities, Yokosuka, Japan. The project includes the replacement of interior finishes, lighting, HVAC systems, bathrooms, and laundry rooms, as well as repairs to the kitchen and common spaces. There may also be options for exterior window repair and replacement of the elevator system. The estimated construction project cost is between $10,000,000 and $25,000,000 USD. The contractor must be authorized to operate in Japan and comply with all Japanese laws and regulations. The project must be completed within 660 calendar days after the award date. Interested offerors can find more information on the Federal Business Opportunities (FBO) website. Registration with the System for Award Management (SAM) is required to receive a government contract award. This notice is not a commitment by the government to award a contract. For more information, contact Ryouhei Shindo or Nicole Koyanagi.
    Conversion of Building to Secure Working Area
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE DEPT OF THE ARMY is conducting a market survey for the Conversion of Building to Secure Working Area in Okinawa, Japan. This project aims to convert approximately 2,600 square feet of a single-level building into a Secure Working Area. The work includes construction, demolition, repairs, alterations, and associated environmental work. The estimated project magnitude is between $10,000,000 and $25,000,000. The Government plans to issue a Request for Proposal (RFP) solicitation between January and March of 2024. Interested sources are requested to submit their responses by November 17, 2023.
    FY24 FWCF LXEZ221052 Repair/Upgrade Aircraft Refueler Parking Area, Kadena Air Base, Okinawa, Japan
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified contractors for the repair and upgrade of the aircraft refueler parking area at Kadena Air Base in Okinawa, Japan. The project involves the removal of existing asphalt pavement, installation of new concrete pavement, and improvements to drainage and site facilities, including the disposal of hazardous materials such as Aqueous Film Forming Foam (AFFF). This upgrade is crucial for enhancing operational capabilities and safety at the base, with an estimated contract value between $5 million and $10 million. Interested firms must submit their capabilities and responses to the Sources Sought Capabilities Survey by September 20, 2024, to the designated contacts, Norman Roldan and Jack Letscher, via their provided emails.
    Provide Secondary Containment at JP-8 Rail Offload Yokota Air Base, Japan
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, Japan District, is conducting a market survey for the upcoming project titled "Provide Secondary Containment at JP-8 Rail Offload Yokota Air Base, Japan." This project aims to construct a secondary containment system for fuel at the rail offload facility, which includes concrete containment structures, drainage systems, and necessary repairs to existing infrastructure to ensure environmental safety and compliance with military standards. The project is critical for enhancing the operational integrity of fuel supply facilities and minimizing environmental risks associated with fuel spills. Interested local contractors must respond by September 30, 2024, with the anticipated Request for Proposal (RFP) to be issued in December 2024, and the project magnitude is estimated between ¥1,000,000,000 and ¥5,000,000,000. For further inquiries, contact Jiro Miyairi at jiro.miyairi.ln@usace.army.mil or Ryan Marzetta at ryan.j.marzetta.civ@usace.army.mil.
    Base Operations Support Contract (BOSC) at New Sanno, Tokyo, Japan
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Far East, is soliciting proposals for a Base Operations Support Contract (BOSC) at the New Sanno Hotel in Tokyo, Japan. This contract encompasses both recurring and non-recurring services, with a performance period from January 2025 to December 2029, including four one-year option periods. The services required include preventive maintenance, custodial services, pest control, solid waste management, and grounds maintenance, which are critical for maintaining operational efficiency and compliance with facility standards. Interested contractors must submit their proposals by October 18, 2024, and can direct inquiries to Ms. Junko Miyachi at junko.miyachi.In@us.navy.mil or by phone at 0468166956. A site visit is scheduled for September 24, 2024, with registration required by September 18, 2024.
    KANTO PLAINS MINI-MACC
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Far East, is seeking contractors for the Kanto Plains Mini-MACC project, which involves a Small Magnitude Size Design-Bid-Build (DBB) Firm-Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract for various construction projects in the Kanto Plains Operational Area, Japan. The selected contractor will be responsible for providing all necessary labor, management, supervision, tools, materials, and equipment for a range of tasks including repairs, alterations, and demolition of shore facilities, with an estimated total value of up to $49 million over five years. This procurement is critical for maintaining and upgrading U.S. Government installations, ensuring operational readiness and safety. Interested contractors should contact Brian Grant at brian.d.grant12.civ@us.navy.mil or John Mack at john.e.mack5.civ@us.navy.mil for further details, with task orders expected to range from $3,000 to $25 million, and the seed project requiring commencement within 15 days of the Notice-to-Proceed.
    Project No. QKKA204002, Repair MFH JNCO, 29 Units (Bldgs. 221, 712, 716, 718, 723, 812, 817, 818), Misawa Air Base, Japan
    Active
    Dept Of Defense
    Special Notice: DEPT OF DEFENSE, DEPT OF THE AIR FORCE is seeking repair services for 29 units of family housing facilities at Misawa Air Base, Japan. The project, titled "Project No. QKKA204002, Repair MFH JNCO," will focus on buildings 221, 712, 716, 718, 723, 812, 817, and 818. The repair or alteration of these housing facilities is crucial for maintaining a safe and comfortable living environment for military personnel and their families stationed at Misawa Air Base. The procurement will include a pre-proposal conference and a site visit, as documented in the Pre-proposal Conference Minutes and Record of Site Visit. For more information, please contact Kazuo Miura at kazuo.miura.jp@us.af.mil or Miyako Fujimoto at miyako.fujimoto.jp@us.af.mil.