SOLICITATION NOTICE
C -- Notice of Procurement for Design of Maintenance Dredging, Hakozaki Fuel Terminal, Japan
- Notice Date
- 3/18/2009
- Notice Type
- Presolicitation
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) 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-0007
- Response Due
- 4/20/2009
- Archive Date
- 6/19/2009
- Point of Contact
- Michael Pearson, 046-407-8832<br />
- Small Business Set-Aside
- N/A
- Description
- CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. This announcement is open to all businesses regardless of size. A firm-fixed-price contract will be negotiated. To be eligible for contract award, a firm must be registered in the Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov. The contract is anticipated to be awarded in April 2009 and design completed by Oct 2009. PROJECT INFORMATION: Perform investigative and design services to support future maintenance dredging and disposal of sediment for a 400m x 150m ship/barge access area adjacent to the north dock area of Hakozaki Fuel Terminal. GENERAL REQUIREMENTS: Services include hydrographic, and topographic surveys, magnetic survey for explosive materials and underwater hazards, chemical analysis of sediment, quantity estimates for sediment disposal, identification of disposal sites complying with the Maritime Pollution Control Law, underwater inspection of pier and seawall structures, and design of dredging contract documents. The offeror must own or be able to lease an automated hydrographic survey vessel capable of operating in coastal waters, equipped with an automated depth measurement system, sonar imaging for underwater object detection, and multi-beam acoustic imagery. Required skills include establishment of horizontal and vertical control points, traverses and level loops utilizing survey grade transits, EDM systems, levels, and Global Positioning System (GPS) equipment. The offeror must have the capability to deliver digital data on CDROM in CADD and GIS format. SELECTION CRITERIA: The A-E selection board will consider the following factors, listed in descending order of importance, in deciding which contractor will be selected to negotiate an order: specialized dredge project experience, current capacity to accomplish the work in the required time,. The evaluation will consider education, training, registration, overall and relevant experience, and longevity of key personnel in the firm. The evaluation will also consider the availability of an adequate number of personnel in key disciplines of civil and environmental engineering as well as equipment availability and ability to accomplish this work in the Yokosuka Japan area. Offeror 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 will be considered. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit two copies of SF 330 Part I, and two copies of SF 330 Part II for the prime firm and all consultants. The SF 330 Part I shall not exceed 50 pages (8.5 x 11), including no more than 5 pages for Section H. All information must be provided in the English language. Each side of a sheet of paper is a page. Use no smaller than 12 font type. Include the firm's ACASS number in SF 330, Part I, Section H. For ACASS information, call 503-808-4590 or check online at http://www.cpars.csd.disa.mil/. In SF 330, Part I, Section H describe owned or leased equipment that will be used to perform this contract, as well as CADD capabilities. In Section H, describe the firm's overall design quality management plan. A project-specific design quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. In Section H also indicate the estimated percentage involvement of each firm on the proposed team. 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 20 April 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, Room 147, Camp Zama Zama-shi, Kanagawa-ken, Japan 228-8920. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. This is not a request for proposal.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8470dfc2e151c5afc856be3b036ef0c1&tab=core&_cview=1)
- Place of Performance
- Address: US Army Engineer District - Japan Attn: CEPOJ - CT Unit 45010, APO AP<br />
- Zip Code: 96338-5010<br />
- Zip Code: 96338-5010<br />
- Record
- SN01771606-W 20090320/090318215235-8470dfc2e151c5afc856be3b036ef0c1 (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 |