Closed Solicitation · DEPT OF DEFENSE

    FY26 IMPROVE MILITARY FAMILY HOUSING PAIP 9 PHASE 3

    Sol. W912HV25Z0006Sources SoughtAPO, AP
    Closed
    STATUS
    Closed
    closed Mar 28, 2025
    POSTED
    Mar 4, 2025
    Publication date
    NAICS CODE
    236118
    Primary industry classification
    PSC CODE
    Y1FA
    Product & service classification

    AI Summary

    The U.S. Army Corps of Engineers, Japan District, is conducting a market survey for the "Improve Family Housing Post Acquisition Improvement Program (PAIP) 9, Phase 3," which involves 34 units. This sources sought notice aims to identify local firms in Japan capable of executing this Design-Bid-Build project. Interested companies are encouraged to respond, as their feedback will aid in acquisition planning. This announcement is not a solicitation, and no costs will be incurred by the government for responses.

    Contract details

    Solicitation No.
    W912HV25Z0006
    Notice Type
    Sources Sought
    Posted Date
    March 4, 2025
    Response Deadline
    March 28, 2025
    NAICS Code
    236118AI guide
    PSC / Class Code
    Y1FA
    Contract Code
    2100
    Issuing Office
    W2SN ENDIST JAPAN
    Primary Contact
    Clarissa Bermodes
    City
    APO
    ZIP Code
    96338-5010
    AI Product/Service
    service

    Description

    W912HV-25-Z-0006

    Sources Sought Market Survey

    Introduction:

    The U.S. Army Corps of Engineers, Japan District (POJ), is performing market research for an upcoming Design-Bid-Build (DBB) requirement entitled, "Improve Family Housing Post Acquisition Improvement Program (PAIP) 9, Phase 3 (34 Units)”. This announcement represents a market survey that is intended for planning purposes only. The purpose of this notice is to identify sources capable of performing this project and to receive responses from those firms to assist the Government's acquisition planning.  This survey does not constitute a commitment by the Government for any follow-on announcements, solicitation, or award.  This notice is NOT a solicitation. The Government will not pay for any information provided as a result of this market survey.

    This market survey is intended for local sources only. Local sources are those sources physically located and licensed to conduct business in Japan. Firms interested in and capable of performing this work are highly encouraged to submit a response (submission requirements are located within this notice).

    We are committed to partnering with industry as much as we can throughout this process and therefore encourage all interested companies to respond to this source sought.  Market research and industry feedback is an essential part of the acquisition process. 

    The information requested in this announcement will be used within POJ to facilitate decision-making and will not be disclosed outside the agency. However, respondents submitting business information pursuant to this announcement should consult 41 C.F.R. parts 105-60 and other implementing regulations concerning the release of such information to third parties under the Freedom of Information Act (FOIA). All information submitted by respondents that they consider confidential and not releasable to third parties outside of USACE, and its employees, agents, consultants, and representatives, must be clearly and conspicuously marked.

    SYSTEM FOR AWARD MANAGEMENT (SAM)

    All interested companies, including joint ventures, shall be registered in the SAM database in order to be eligible for award of Government contracts.  https://www.sam.gov

    LOCAL SOURCES

    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.

    This project will be performed in its entirety in the country of Japan and is intended only for local sources.  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 in Japan, the type of construction work specific in this solicitation.  Specifically, a prospective offeror must be duly authorized to operate and conduct 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.  In addition, prior to award of the contracts, offerors must be registered with the Government of Japan to do construction work in Japan and possess necessary construction licenses and permits to perform work required under this solicitation.  Construction license will be verified through the Government of Japan – Ministry of Land, Infrastructure, Transport, and Tourism (MILT) https://etsuran2.mlit.go.jp/TAKKEN. 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.

    PROJECT INFORMATION:

    Project Title:  Improve Family Housing Post Acquisition Improvement Program (PAIP) 9, Phase 3 (34 Units)

    Project Location: Yokota Air Base, Japan

    Project PSC: Y1FA – Construction of Family Housing Facilities

    Project NAICS: 236118 – Residential Remodelers


    Project Magnitude: Between ¥2,500,000,000 and ¥10,000,000,000 (Japanese YEN)

    Project Description:  

    The project is to provide whole house interior and exterior modernization, renovation, and repair of thirty-four (34) housing units at Yokota Air Base (O-1 to O-5 three-bedroom military family housing townhouse units). Units are in need of lifecycle repair/replacement of basic utilities and mechanical systems, hardware and finishes. These housing units must be upgraded to meet current life safety codes for electrical, mechanical, seismic, fire safety and energy efficient. This project is programmed in accordance with the 2017 Housing Community Profile (HCP), Yokota Air Base and Family Housing Master Plan. This is not a tenant or supporting service requirement.

    Procurement Method:  

    The Government anticipates issuing an Invitation for Bids (IFB) for this project in September 2025.

    This survey does not constitute a commitment by the Government for any follow-on announcements, solicitation, or award.

    Any solicitations pursued will be intended for local sources only.  Local sources are those sources physically located and authorized to perform construction work in Japan.

    Draft plans and specifications are being provided for INFORMATIONAL PURPOSES.  Offerors are cautioned that these drawings and specifications are in DRAFT FORMAT.

    ==========================================================================

    REQUESTED INFORMATION

    Interested firms are requested to reply with the following information no later than 28 March 2025 Japan Standard Time.  Please submit your responses via e-mail to Dr. Nakiba Johnson, Contracting Officer at Nakiba.S.Jackson@usace.army.mil and Ms. Clarissa Bermodes, Contract Specialist at Clarissa.Bermodes@usace.army.mil.

    1. Name of your company, address, phone number, email, SAM UEI, CAGE Code, and English-Speaking Point of Contact (POC) name.

    2. Describe your firm's interest, capability and experience relative to the work described in the interested Project Description.

    3. Identify your current construction bonding levels:
    a. Single Contract Amount
    b. Aggregate Maximum Contract Amount
    c. Name of Sureties

    4. Please provide at least (3) comparable projects your company has completed (for government or commercial customers) in the past seven (7) years. 

       

    1. Project Title and Location
    2. Customer/Agency
    3. Project Value and Brief Description
    4. Date Completed or Percent Complete
    5. Your role (Prime, Subcontractor, Designer of Record, Joint Venture, etc.)

     

    5. Project specific questions to industry:

    1. Does the anticipated period of performance seem feasible? Please identify risk factors.
    2. Is the construction area within the project site adequate to meet field office, stockpile storage, and staging requirements without additional laydown area?
    3. What is an adequate period for bidder inquiries?

    6. Do you have any questions or concerns about the DRAFT plans and specifications?

    7. Are there any other comments or suggestions that may increase your interest or participation?

    Additional Info:

    U.S. Army Corps of Engineers, Japan District, Camp Zama, Japan

    Contracting Office Address:

    USACE District, Japan

    Attn: CECT-POJ

    Unit 45010

    APO, AP 96343-5010

    Points of Contact:

    Clarissa D. Bermodes

    Contract Specialist

    046-407-8836

    Clarissa.Bermodes@usace.army.mil

    Dr. Nakiba S. Johnson

    Contracting Officer

    046-407-3398

    Nakiba.S.Johnson@usace.army.mil

    Key dates

    1. March 4, 2025Posted Date
    2. March 28, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    FY26 IMPROVE MILITARY FAMILY HOUSING PAIP 9 PHASE 3 is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.