MODIFICATION
Y -- Sources Sought/Request for Information-Multiple Award Task Order Contract (MATOC) for Design-Bid-Build (D-B-B) Construction and Design-Build (D-B) Construction, Japan
- Notice Date
- 1/13/2006
- Notice Type
- Modification
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US Army Engineer District - Japan, Attn: CEPOJ - CT Unit 45010, APO, AP 96338-5010
- ZIP Code
- 96338-5010
- Solicitation Number
- REFERENCE-NUMBER-FY06MATOCS
- Response Due
- 1/25/2006
- Archive Date
- 3/26/2006
- Point of Contact
- Jesusa Labial, 011-81-46-252-0994
- Small Business Set-Aside
- N/A
- Description
- The purpose of this modification is to issue the entire Sources Sought Notice in its entirety due to the initial posting was incomplete. This is a market survey for information only, to be used for preliminary planning purposes. This is not a solicitation for proposals. The Government will not pay for any information provided as a result of this market survey. The U.S. Army Engineer District-Japan is planning to solicit a MATOC for D-B-B and D-B construction to support U.S. Government facilities in Mainland Japan (excluding Hokkaido) and a separate MATOC for the same services in Okinawa. Any solicitations pursued are intended for local sources only. Local sources are those sources normally resident and licensed to conduct business in Japan. A MATOC is an Indefinite Delivery, Indefinite Quantity contract for construction sevices with multiple awardees. Actual work is awarded through the issuance of task orders. Mulitple awardees generally compete with each other for task orders. There are some exceptions to this rule, whereby competition may be reduced or task orders are issued non-competitively to one contract holder. The Government anticipates award of up to three contracts under each MATOC to experienced sources capable of performing a wide range of D-B-B and D-B construction projects including, but not limited to: grading, water lines, sewer lines, paving/repaving roadways, painting, roofing, renovation of interiors of existing buildings, new building construction, structural construction, Heating, Ventilating, and Air Conditioning (HVAC) systems and components, refrigiration systems, fire suppression systems, fuel pipeline and storage systems, power and services supplies, distribution and utilization systems (including lighting), power generators and Uninterrupted Power Supplies (UPS), public address systems, fire alarm systems, telephone systems, asbestos, lead based paint, and petroleum-contaminated material abatement and disposal. Each MATOC will consist of a one-year base period and two (2) one-year option periods. The total maximum amount the Government will order under all three contracts combined is the not-to-exceed- amount of 575,000,000 Japanese YEN per period. The guaranteed minimum amount for each contract s base period and each option period exercised is 575,000 Japanese YEN. The Government intends to award both MATOCs based on Price and Non-Price evaluation factors. Non-Price factors are of equal weight to each other. Non-price factors combined are significantly more important than price. Non-price factors are: Management Plan, Past Relevant Experience (D-B-B and Design only, or D-B), and Past Performance (D-B-B and Design only, or D-B). Price proposals will be evaluated based on contractor s home office and field office overhead rates that will be applied to each task order throughout the life of the contracts. In addition, key personnel work day rates for Program Manager, Contractor Quality Control System Manager, Project Superintendent, Design Quality Control Specialist, Site Safety and Health Officer and Interpreter will be evaluated and applied throughout the life of the contracts. A performance bond will be required for individual task order that is over the Japanese YEN equivalent of $100,000. Therefore, the Government intends to require contractors to demonstrate bonding capacity of 1,150,000,000 Japanese YEN. The minimum task order amount is 2,875,000 Japanese YEN. The maximum task order amount is 575,000,000 Japanese YEN. Task orders issued under these contracts will be D-B-B or D-N in nature. For D-B-B task orders, the Government will provide the contractor with full design. For D-B task orders, contractor may be required to produce engineering designs ranging from shop-drawings to full designs in accordance with Unified Facilities Guide Spec ifications (UFGS) depending on the complexity of the task order. The Government will provide the contractor with a project scope varying from a general scope of work with no drawings to a complete statement of work with design up to 90 percent. Contractor designs will be conducted after award of a task order in accordance with both U.S. and Japanese design standards. The contractor will be required to provide licensed professional designers having qualifications that meet contract requirements. QUALIFICATIONS OF DESIGNERS (Excerpt from Section 01012, Design After Award): All design professionals shall have current registration to practice in the United States or Japan; however, there may be particular task orders involving Fire Protection design and specifically requiring U.S. Professional Registration. Acceptable qualifications for Designers are as follows (Area/Qualifications): A. Architectural/Graduate Architect with professional registration and 2 years experience; B. Mechanical/Graduate Mechanical Engineer with professional registration and 2 years experience; C. Fire Protection/Graduate Mechanical, Electrical, or related engineering discipline with professional registration and minimum of 5 years experience dedicated to fire protection engineering that can be verified by documentation or a professional fire protection engineer with a minimum of 2 years experience; D. Electrical/Graduate Electrical Engineer with professional registration and 2 years experience; E. Structural/Graduate Structural Engineer with professional registration and 2 years experience; and F. Environmental/Graduate Environmental Engineer with professional registration and 2 years experience . JAPANESE PROFESSIONAL REGISTRATION EQUIVALENCIES are as follows: A. Architecture/1st Class Kenchikushi; B. Structural Engineering/1st Class Kenchikushi; C. Civil Engineering/Registered Civil Engineering Consulting Manager (RCCM); D. Mechanical Engineering/1st Class Kankouji Sekou Kanrigishi; E. Electrical Engineering/3rd Class Denki Shunin Gijutsusha; F. Communication Engineering/3rd Class Denki Shunin Gijutsusha with Communication Certification; G. Fire Protection Engineering/1st Class Haikan Sekou Kanrigishi with Fire Protection Certification; H. Geotechnical Engineering/RCCM with Geotechnical Certification; and I. Surveying/Sokuyo shi. For Architecture and Structural Engineering, the highest level of qualification is specified so no other level is higher than Kanrigishi. For Mechanical Engineering, qualification of Setsubishi is higher than Kanrigishi. For Civil Engineering, Gijutsushi is higher in qualifications than RCCM. For Electrical Engineering, 2nd and 1st Classes will be higher. CONTRACTOR S RESPONSIBILITY FOR DESIGN (Excerpt from Section 00800, Special Contract Requirements). A. The contractor shall be responsible for the professional quality, technical accuracy, and the coordination of all designs, drawings, specifications, and other non-construciton services funished by the contractor under this contract. The Contractor shall, without additional compensation, correct or revise any errors or deficiency in its designs, drawings, specifications, and other non-construction services and perform any necessary rework or modifications, including any damage to real or personal property, resulting from the design error or omission. B. The standard of care for all design services performed under this agreement shall be the care and skill ordinarily used by members of the architectural or engineering professions practicing under similar conditions at the same time and locality. Notwithstanding the above, in the event that the contract specifies that portions of work be performed in accordance with a performance standard, the design services shall be performed so as to achieve such standards. C. Nei ther the Government s review, approval or acceptance of, nor payment of, the services required under this contract shall be construed to operate as a waiver of any rights under this contract or of any cause of action arising out of the performance of this contract. The contractor shall be and remain liable to the Government in accordance with applicable law for all damages to the Government caused by the contractor s negligent performance of any of these services furnished under this contract. D. The rights and remedies of the Government provided for under this contract are in addition to any other rights and remedies provided by law. E. If the contractor is comprised of more than one legal entity, each entity shall be jointly and severally liable hereunder. Task order award will generally be based on any one, or combination of the following criteria, with weights to be stated in each task order request for proposal: A. Proposed price; B. Proposed schedule; C. Proposed technical details/solution; D. Past performance; and E. Innovation proposed in design. After review of the information provided above, all interested contractors are reqested to furnish comments on the following topics: A. Appropriateness of the minimum task order amount; B. Appropriateness of the minimum guaranteed amount; C. Interest in the solicitation based on the maximum not-to-exceed contract amount; D. Design after award requirements; E. Bonding capability; F. Your ability to work in the diverse, multiple regions covered by either proposed solicitation; G. Based on the information provided, do you foresee any barriers that will prevent or discourage your firm from participating in the solicitation?; and H. Other comments. If you do not have any comment on a particular topic, please indicate so. Meetings with Industry will be held at Misawa Air Base, Camp Zama, and Okinawa areas in late January or early February 2006. Detailed information as to date, time and exact location of each meeting will be announced at a later date. If you are interested in attending a Meeting with Industry conference, please respond to the following questions: A. What is your type of business (General Construction, Architect-Engineer, or Design Build Construction); B. Does your firm have experience in design-build construction? ; C. Is your interest in the proposed solicitations based on your goal to be a Prime Contractor, a SUb-contractor, or a Joint Venture Partner? ; D. Does your firm have construction experience in Northern Japan, Central Japan, Southern Japan, or Okinawa? ; E. Are you interested in attending a Meeting with Industry conference to be held at Misawa Air Base, Camp Zama, or Okinawa area? Please include the following information in your response: A. Company name; B. Point of contact; C. Telephone number; D. Facsimile number; E. E-mail address; and F. Number of anticipated attendees in your party. Please send your response via e-mail to jesusa.g.labial@usace.army.mil or fax to 011-81-46-253-8749, Attention to: Ms. Jesusa Labial, no later than January 25, 2006.
- Place of Performance
- Address: US Army Engineer District - Japan Attn: CEPOJ - CT Unit 45010, APO AP
- Zip Code: 96338-5010
- Country: JP
- Zip Code: 96338-5010
- Record
- SN00966566-W 20060115/060113212454 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |