SOLICITATION NOTICE
C -- Indefinite Delivery Architect-Engineer Services Contracts for US Desgin Work and Preparation of Criteria Documents for Host Nation Projects and Related Work, Various Locations, Japan
- Notice Date
- 3/31/2008
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US Army Engineer District - Japan, Attn: CEPOJ - CT Unit 45010, APO, AP 96338-5010
- ZIP Code
- 96338-5010
- Solicitation Number
- W912HV-08-R-0008
- Response Due
- 4/30/2008
- Archive Date
- 6/29/2008
- Point of Contact
- Jesusa Labial, 011-81-46-252-0994
- E-Mail Address
-
US Army Engineer District - Japan
(Jesusa.G.Labial@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- ONLY LOCAL SOURCES WILL BE CONSIDERED UNDER THIS NOTICE OF PROCUREMENT (NOP). LOCAL SOURCES ARE SOURCES (E.G., CORPORATIONS OR PARTNERSHIPS) THAT ARE PHYSICALLY LOCATED IN JAPAN AND AUTHORIZED (I.E., LICENSED AND REGISTERED) TO PERFORM IN JAPAN, THE TYPE OF WORK SPECIFIED IN THIS NOP. SPECIFICALLY, A PROSPECTIVE OFFEROR MUST BE DULY AUTHORIZED TO OPERATE AND CONDUCT BUSINESS IN JAPAN AND MUST FULLY COMPLY WITH ALL LAWS, DECREES, LABOR STANDARDS, AND REGULATIONS OF JAPAN DURING THE PERFORMANCE OF THE R ESULTING CONTRACTS. IN ADDITION, PRIOR TO AWARD OF THE CONTRACTS, OFFERORS MUST BE REGISTERED WITH THE GOVERNMENT OF JAPAN TO CONDUCT BUSINESS IN JAPAN AND POSSESS NECESSARY DOCUMENTATION TO PERFORM WORK REQUIRED UNDER THIS NOP. NA POC is Mr. Craig S. Ueda, Phone: 046-407-5057, Email: craig.s.ueda@usace.army.mil Department of the Army, U.S. Army Engineer District, Japan ATTN: Architect-Engineer Contracts Section (CEPOJ-EC-ET) Room 213, Building 250, Camp Zama APO AP 96338-5010. 1. CONTRACT IN FORMATION. Up to four (4) Indefinite Delivery Contracts (IDCs) for A-E services will be awarded. Each contract will consist of a twelve-month base period and one twelve-month option period. The base and option periods will each have a maximum yen amount e quivalent to $250,000 for a total maximum yen contract amount equivalent to $500,000. Services will be implemented through negotiated firm fixed-price task orders that may be issued up to the maximum yen amount equivalent to $500,000. The basic contract pe riod is one year from the contract award date and the option period extends the contract by an additional one-year period. The Government is not obligated to exercise the option period. The Government may exercise the option period if the total maximum co ntract amount (capacity) for the base period is exhausted, or nearly exhausted, prior to the end of the base period, or if there is insufficient capacity left in the base period to accommodate a task or delivery order contemplated by the Government. Any u nused capacity from the base contract period shall be carried over to the succeeding option period, when exercised. The Government will not exceed the total maximum yen contract amount equivalent to $500,000. The contract will require the Government to ord er services priced at not less than two percent (2%) of the stated maximum contract amount for the base period, and if exercised, not less than one percent (1%) of the stated maximum contract amount for the option period. Requests for Proposals (RFPs) are anticipated to be issued to qualified firm(s) within eight (8) months after selections are made. The government reserves the right to obtain updates to A-E Firms qualifications prior to issuance of an RFP. Should the Government determine that a firms qu alifications has degraded significantly when compared to SF 330 submitted in response to this solicitation, the respective A-E will be notified accordingly and the next most qualified firm will be queried for qualifications update. The Government is not ob ligated to award the maximum number of contracts stated herein. Up to four contracts will be awarded for the same services. Each contractor will be afforded a fair opportunity to be considered for each task order in excess of the yen equivalent of $3,000. The Contracting Officer will consider the following factors when awarding a task order: 1. Specialized experience, performance and quality of deliverables under the current IDCs (if any), current capacity to accomplish the order in the required time, equ itable distribution of work among the contractors, and other relevant factors. 2. PROJECT INFORMATION. Each Indefinite Delivery Contract requires Architect-Engineer services primarily for U.S.-funded design work for operation and maintenance, new c onstruction, planning, engineering and feasibility studies, site investigations, construction phase services and other general engineering-type projects. In add ition, services may be required on a less frequent basis for preparation of design criteria packages for Host Nation (HN)-funded projects and related works. Design criteria will be generally U.S. criteria; however, design deliverables would address local c onstruction practices and materials that meet U.S. criteria. 3. SELECTION CRITERIA. See Note 24 for General Selection Process. The Selection criteria are listed below in descending order of importance. Criteria a through d are primary selection cri teria, and e and f are secondary ones and are utilized as tie-breakers among technically equal firms when required: a. Specialized experience and technical competence in the type of work required. The following sub-criteria 1) through 4) are listed in desc ending order of importance. 1) Preparing U.S.-funded design drawings, specifications, and cost estimates for the repair, maintenance, and construction of facilities on U.S. military installations located in Japan. Provide not more than 10 completed projec ts. Use a separate Section F for each project. Clearly identify your companys role as prime or subcontractor for each completed project. 2) Familiarity with the DoD Antiterrorism Standards for Buildings. Experience in performing antiterrorism/force pro tection assessments, analyses and designs. Experience in the design of active/passive vehicle barriers and electronic detection systems. 3) Knowledge and experience with current Balance of Payment Program (BOPP) procedures and with Japan Industrial Stand ards as applied to BOPP exempt items. 4) Familiarity and experience in the Host Nation (HN)-funded construction program, Facilities Improvement Program (FIP) or relocation projects, specifically preparation of criteria packages for HN projects. Indicate whether the project was a CP, PCP, SACP, etc. Provide not more than 5 completed projects. Use a separate Section F for each project. Do not include preparation of construction drawings done under a contract with the Japan Government, i.e., Defense Force s Administration Bureau. Clearly identify your companys role as prime or subcontractor for each project. b. Past performance on DoD and other contracts with respect to quality of work, cost control, and compliance with performance schedules. (Note: Past Performance Questionnaires (PPQ) can be used to provide or supplement a firms past performance with other than U.S. Governmental clients. Firms which choose to use the PPQ may obtain a PPQ standard form by submitting a request to the NA POC via email. D o not submit questionnaires for past work performed for U.S. DoD agencies.) c. Qualified professional personnel. The following sub-criteria 1) through 2) are listed in descending order of importance: 1) Personnel shall have a minimum level of professiona l license or practical experience in the following disciplines: Architecture - 1st Class Kenchikushi or U.S. Registered Architect Civil Engineering - 1 Kyu Dobokusekoukanrigishi w/ RCCM certification or U.S. Registered Civil Engineer <BR >Structural Engineering - 1st Class Kenchikushi or U.S. Registered Structural Engineer Mechanical Engineering - 1st Class Kankouji Sekou Kanrigishi or U.S. Registered Mechanical Engineer Electrical Engineering - 3rd Class Denki Shunin Gijut susha or U.S. Registered Electrical Engineer Communication Engineering - 3rd Class Denki Shunin Gijutsusha /Tsuushinkannkeishikakushou or U.S. Registered Communications Engineer Fire Protection Engineering - 1st Class Kankouji Sekou Kanrigishi w/Fire Protection Certification or U.S. Registered Fire Protection Engineer Geotechnical Engineering - 1 Kyu dobokusekoukanrigishi w/ RCCM doshitsu oyobi kiso certification or U.S. Registered Geotechnical Engin eer Surveying - Sokuryo shi or U.S. Registered Land Surveyor 2) Knowledge and experience in Project Management and C ost Estimation of U.S. military design and Japanese construction criteria as required for organizing and preparing U.S. military funded design drawings, specifications, and cost estimates; technical studies; and criteria package preparation for HN projects . (Note: Resumes of key personnel shall be indicated in the SF330, Section E - RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT. Provide not more than 2 individuals per discipline identified hereinbefore. Use a separate Section E for each individua l. Clearly indicate key personnels qualifications in block 17 of each section E entry. Do not generalize professional certifications, provide specific information.) d. Capacity to accomplish the work in the required time. e. Geographic proximity of the firm in relation to the location of the project. The Government seeks to ensure that there will be at least one contractor available whose staff is physically located in the general geographical area where any given project many arise. Thus, where two or more firms are otherwise relatively equal with respect to selection criteria a d, above, preference will be given to a firm physically located in a geographical area where no other firm has been awarded a contract under this NOP. f. Volume of work aw arded to the firm in the last 12 months, with the object of affecting an equitable distribution of DoD A-E contracts among qualified Architect-Engineers. 4. SUBMISSION REQUIREMENTS. See Note 24 for general submission requirements. Architect-Enginee r firms that meet the requirements described in this announcement and conditions in FAR 5.202(12) are invited to submit one copy of a current Standard Form 330 (SF330), Architect-Engineer Qualifications. Note that Part I of the SF330 presents a firms qua lifications for the specific contract. Part II of the SF330 presents the general qualifications of the prime and each sub/consultant that is identified in column 9 of the SF330 Part I. Interested firms shall submit a separate Part II for each firm that w ill be part of the team proposed for the specific contract. If a firm has branch offices, submit a separate Part II for each branch office that has a key role on the team. Pertinent conditions in FAR 5.202(12) are that &the contract action will be made and performed outside the United States &. To show compliance with the local sources condition, interested firms, including each and all partners of a joint venture, must submit documentation demonstrating registration, authorization, and capacity to per form in Japan, for example, an official copy (shuin, or copy with appropriate governments official red stamp/seal) of the toh kibo toh hon (corporate registration from the appropriate Japanese Government office). The purpose of business description on the toh kibo toh hon should include Engineering/Construction Consulting, and/or design, and/or other pertinent related services. Firms shall address each of the following items in Section H of SF330: above paragraph items 3a.2, 3a.3, 3c.1, 3c.2, 3d , 3e, and 3f. All documents related to an A-E firm's submission must be received no later than 3:00 PM, 30 April 2008 at the address specified in this NOP. Any submissions received after the above date and time may not be considered for evaluation. SUBMIS SIONS VIA FACSIMILE, ELECTRONIC MESSAGE, OR OTHER ELECTRONIC MEANS WILL NOT BE ACCEPTED. Submissions shall be on paper media and in sealed envelopes or packages addressed to the office specified in this NOP and marked with the NOP number and name and addr ess of the firm. Firms using commercial carriers should ensure that the proposal is marked on the outermost wrapper with the statement: This package must reach the office of the Contracting Division, Contracts Branch, Japan Engineer District, Camp Zama, Japan not later than 3:00 P.M.(Japan Standard Time), on 30 April 2008. It is in the firms interest to follow up by contacting the POC to inquire about recei pt of their submissions, to consider the use of door-to-door commercial carriers or Japanese postal system (kaki-tome mail), and to not wait for the last minute to transmit submissions in the event that the original submission is lost and a second submissi on is necessary. It is also in the firms interest to follow up with references used in the submission of past performance information and ensure that they send or fax completed questionnaires to the U.S. Army Corps of Engineers, Japan District Point of C ontact indicated on the questionnaire by the due date and time specified in this NOP. Submissions may be hand-carried to the below address, however, use of the Japanese postal system or commercial carriers is encouraged. Submittals should be addressed to : U.S. Army Corps of Engineers, Japan District ATTN: Contracting Division, Contracts Branch (CEPOJ-CT-C) Building 250, Camp Zama Zama-shi, Kanagawa-ken, Japan 228-8920 Submissions shall not exceed 75 pages. Only numbered pages will be recognized and evaluated. Use fonts no smaller than 10-pitch. Do not repeat information from Sections A-G of the SF330 in Section H. For submissions that exceed 75 pages, only the first 75 pages may be considered for evaluation. Solicitation packages are not provided. This is not a request for proposal. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (31-MAR-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/COE/DACA79/W912HV-08-R-0008/listing.html)
- 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
- SN01545482-F 20080402/080401073059 (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 |