Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2009 FBO #2629
SPECIAL NOTICE

99 -- Notice of Procurement for Indefinite Delivery Architect-Engineer Services Contracts for Design of Miscellaneous Facilities, Preparation of Criteria Documents for Host Nations Projects, and Related Work, Various Locations, Japan

Notice Date
2/4/2009
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Japan, US Army Engineer District - Japan, Attn: CEPOJ - CT Unit 45010, APO, AP 96338-5010
 
ZIP Code
96338-5010
 
Solicitation Number
W912HV-09-R-0004
 
Archive Date
5/5/2009
 
Point of Contact
Michael Pearson, 046-407-8832<br />
 
Small Business Set-Aside
N/A
 
Description
NA POC is Craig S. Ueda, Phone: US 011-81-46-407-5057 or Japan 046-407-5057, Email: craig.s.ueda@usace.army.mil, ATTN: Architect-Engineer Contracts Section (CEPOJ-EC-ET) Room 213, Building 250, Camp Zama APO AP 96338-5010 1. CONTRACT INFORMATION. A-E services are required for up to three (3) Indefinite Delivery Contracts (IDC). The contract will have a maximum amount of $750,000 for the basic contract with two one-year options, each for a maximum amount of $750,000. Services will be implemented through negotiated firm fixed price task orders that may be issued up to the maximum contract amount of $750,000. The basic contract period is one year from the contract award date and each option period extends the contract by additional one-year periods. The option year may be exercised before one year expires if the basic or the first option year contract has been exhausted or nearly exhausted. The Government is not obligated to exercise the options. The contract will require the Government to order services priced at not less than two percent (2%) of the stated maximum contract amount for the basic contract, and if exercised, not less than one percent (1%) of the stated maximum contract amount for each of the option years. Requests for Proposals (RFPs) are anticipated to be issued to qualified firm(s) within twelve (12) months after selections are made. The government reserves the right to obtain updates to A-E Firms qualifications prior to issuance of RFP. Should the government determine that a firms qualifications 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 CONTRACTS WILL BE AWARDED ONLY TO UNITED STATES FIRMS OR TO JOINT VENTURES OF UNITED STATES AND HOST NATION FIRMS. To be eligible for contract award, United States firms must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov/ or by contacting the CCR Assistance Center at 1-888-227-2423. Up to three (3) 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 $2,500. The Contracting Officer will consider the following factors when awarding a task order: specialized experience, performance and quality of deliverables under the current IDCs, current capacity to accomplish the order in the required time, equitable distribution of work among the contractors, and other relevant factors. The Government can issue a Letter of Identification to the successful firm upon their request after contract award, which entitles A-E personnel to enter into Japan to perform work on task orders issued under the contract. 2. PROJECT INFORMATION. Each Indefinite Delivery Contract requires Architect-Engineer services for U.S. funded design work including repair, maintenance, new construction, planning, engineering studies, site investigations, construction phase services, and other general engineering activities. In addition, services may be required for the preparation of design criteria packages for Host Nation (HN) funded construction projects and related works. PROJECTS ARE LOCATED IN U.S. MILITARY INSTALLATIONS THROUGHOUT JAPAN. FREQUENT SITE VISITS AS WELL AS MEETINGS IN JAPAN MAY BE REQUIRED. Design criteria will normally be based on U.S. and DOD requirements; however, design deliverables must address local construction methods and materials that meet the intent of U.S. criteria in order to facilitate the use of local methods and materials. 3. SELECTION CRITERIA. The Selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a-d are primary selection criteria, and e-f are secondary and will only be used as a tie-breaker among firms that are essentially technically equal: a. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE 1) Knowledge and experience in 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. Include experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials (sustainable design) as appropriate. (Note: Provide a minimum of 2 but not more than 10 completed projects. Use a separate Section F for each project and clearly identify each project as being U.S. funded. Identify your companys role as prime or subcontractor for each completed project.) 2) Knowledge 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 BCP, CP, PCP, SACP, etc. (Note: Provide a minimum of 2 but not more than 5 completed projects. Use a separate Section F for each project and clearly identify each project as being HN funded. Do not include preparation of construction drawings done under a contract with the Japan Government, i.e., Defense Forces Administration Bureau. Clearly identify your companys role as prime or subcontractor for each project.) 3) Knowledge of DOD Antiterrorism Standards for Buildings and other facilities to perform antiterrorism/force protection assessments, analyses, and designs. 4) Knowledge and experience with Japanese design and construction practices, procedures, standards, criteria, and codes. 5) Conducting and facilitating design and planning charrettes to identify functional issues, to achieve consensus on project requirements, develop facility and site layouts, and develop schematic preliminary designs. (Note: Provide a minimum of 2 but not more than 5 sample charrette reports. Identify specific project information in Section H and provide sample charrette reports on a separate DVD.) 6) The firms design quality management plan to include: management approach, coordination of disciplines and subs/consultants, quality control procedures (including project-specific quality control plans, detailed checks, independent technical reviews), and prior working experiences of the prime firm and any significant subs/consultants. b. PROFESSIONAL QUALIFICATIONS 1) Qualified professional personnel in the following disciplines: Project Manager (architect or engineer), Architecture, Civil Engineering, Communication Engineering, Electrical Engineering, Environmental Engineering, Fire Protection Engineering, Geotechnical/Foundation Engineering, Mechanical Engineering, Structural Engineering, and Surveying. The lead architect or engineer in each discipline must be registered in the appropriate professional field. The evaluation will consider education, certifications, training, registration, overall and relevant experience, and longevity with the firm. 2) Qualified personnel for other disciplines: Cost Engineering and Facilitator. The evaluation will consider education, certifications, training, registration, overall and relevant experience, and longevity with the firm. (Note: Resumes of key personnel shall be indicated in the SF330, Section E - RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT. Provide a minimum of 1 but not more than 2 individuals per discipline identified hereinbefore. Use a separate Section E for each individual. Clearly indicate key personnels qualifications in block 17 of each section E entry. Do not generalize professional certifications, provide specific information.) c. PAST PERFORMANCE ON DOD AND OTHER CONTRACTS WITH RESPECT TO COST CONTROL, QUALITY OF WORK, AND COMPLIANCE WITH PERFORMANCE SCHEDULES, AS DETERMINED FROM ACASS AND OTHER SOURCES. (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. CAPACITY TO ACCOMPLISH THE WORK: 1) Ability to meet the schedule of the overall project and/or phases 2) Ability to accomplish multiple projects simultaneously. Provide examples of completing multiple projects simultaneously. e. GEOGRAPHIC PROXIMITY: Location of the firm in the general geographical area of Japan. f. EQUITABLE DISTRIBUTION OF DOD CONTRACTS: Volume of work awarded to the firm in the last 12 months, with the object of affecting an equitable distribution of DoD A-E contracts among qualified firms. 4. SUBMISSION REQUIREMENTS. Architect-Engineer firms that meet the requirements described in this announcement are invited to submit one copy of: (1) Standard Form 330 Part I, Architect-Engineer Qualifications, Contract-Specific Qualifications for the prime A-E and all subs/consultants. Firms shall include the following additional information in Section H of the form; and (2) Standard Form 330 Part II, Architect-Engineer Qualifications, General Qualifications (all firms must submit a current SF 330 Part II). a) Describe the firm's design quality management plan, including coordination of subs/consultants. Include a discussion of your past experiences working with your subs/consultants, and a detailed description on duties, responsibilities, and coordination methods between the prime and all subcontractors and consultants etc.; b) Clearly specify whether you are submitting as a prime with subs/consultants or as a joint venture. The submittals must reach the office of the Contracting Division, Contracts Branch, Japan Engineer District, Camp Zama, Japan, not later than 2:00 P.M. (Japan Standard Time) on 9 March 2009. It is important to allow enough time for submissions to reach the above-specified office before the deadline. FACSIMILE SUBMITTALS WILL NOT BE ACCEPTED. Submissions shall be on paper media in sealed envelopes or packages (i) addressed to the office specified in the solicitation, and (ii) showing the time and date specified for receipt, the solicitation number, and the name and address of the offeror. Offerors using commercial carriers should ensure that the proposal is marked on the outermost wrapper with the information stated in the prior sentence. It is in the offerors interest to follow up by calling the POC to inquire about receipt of their submissions, to consider utilization of door-to-door commercial carriers, and to not wait for the last minute to transmit submissions in the event that the original submission is lost and a second submission is necessary. 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. Solicitation packages are not provided. This is not a request for proposal.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a07468e5e671788ce828b3264463c45d&tab=core&_cview=1)
 
Record
SN01744497-W 20090206/090204222511-a07468e5e671788ce828b3264463c45d (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.