SOLICITATION NOTICE
C -- Notice of Procurement - Indefinite Delivery Architect-Engineer Services Contracts for Preparation of Criteria Documents for Host Nation Projects and Military Construction (MILCON) Planning and Design Documents, Various Locations, Japan
- Notice Date
- 5/15/2009
- Notice Type
- Presolicitation
- 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-0017
- Response Due
- 6/16/2009
- Archive Date
- 8/15/2009
- Point of Contact
- Jesusa Labial, 01181464073884<br />
- E-Mail Address
-
US Army Engineer District - Japan
(jesusa.g.labial@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This contract will be performed in its entirety in the country of Japan and is intended only for local sources. (See Federal Acquisition Regulation 5.202(a)(12) and Clause 52.0000-4139, Offeror Eligibility.) 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 INFORMATION. A-E services are required for up to ten (10) Indefinite Delivery Contracts (IDC). Each contract will have a maximum yen amount equivalent to $250,000 for the base period and one (1) one-year option period for a total maximum contract amount of $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 $250,000 per period. The basic contract period is one year from the contract award date and the option period extends the contract by an additional one-year period. The option period may be exercised before the base period expires if the basic contract has been exhausted or nearly exhausted. The Government is not obligated to exercise the option period. If the basic contract maximum amount (yen equivalent of $250,000) is reached or nearly reached before the expiration of the basic contract, the Government reserves the right to award task orders in excess of the basic contract maximum amount, provided the Government exercises the option period. However, the Government will not exceed the total contract not-to-exceed amount of $500,000. In the event that the basic contract maximum amount is not reached before the expiration of the basic period or when the option period is exercised, the remaining balance will be carried over and added to the maximum amount of the option period when exercised. However, the Government will not exceed the total contract not-to-exceed amount of $500,000. 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 base period and not less than one percent (1%) of the stated maximum contract amount for the option period. From the date of selection approval and as workload demands it, the Government will issue Request For Proposals to qualified firm(s) within 8 months. 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 the SF 330 submitted in response to this NOP, the respective A-E will be notified accordingly and the next most qualified firm will be queried for qualifications update. The Government is not obligated to award the maximum number of contracts stated herein. ONLY LOCAL SOURCES WILL BE CONSIDERED UNDER THIS SOLICITATION. 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 SOLICITATION. 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 RESULTING 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 SOLICITATION. Up to ten (10) 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 $3,000. The Contracting Officer will consider the following factors when awarding a task order: specialized experience, performance and quality of deliverables under the current IDCs (if any), current capacity to accomplish the order in the required time, equitable distribution of work among the contractors, and other relevant factors. In the event the Contracting Officer determines that all of the firms competing for a task (or delivery) order are essentially equal with respect to the factors set forth above, the Contracting Officer shall select a contractor on a random basis. 2. PROJECT INFORMATION. Each Indefinite Delivery Contract requires Architect-Engineer services for preparation of criteria packages for Host Nation (HN) funded projects, and related works. In addition, services may be required in support of the U.S. Military Construction program. PROJECTS ARE LOCATED IN U.S. MILITARY INSTALLATIONS THROUGHOUT JAPAN. Design criteria will 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 construction practices. 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 criteria, and e and f are secondary ones and are used 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 descending order of importance. 1) 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 10 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.) 2) Knowledge and experience in the preparation of planning and design documents for U.S. Military Construction projects on U.S. military installations located in Japan. (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.) 3) Knowledge of DOD Antiterrorism Standards for Buildings and other facilities to perform antiterrorism/force protection assessments, analyses, and designs. Provide documentation of actual completed projects or systems designed by your team in section H. 4) 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, review checklists, senior designer reviews). b. Professional Qualifications. The following sub-criteria 1) and 2) are listed in descending order of importance: (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.) 1) The lead architect or engineer shall have a minimum level of professional certification in the following disciplines: Architecture 1st Class Kenchikushi or U.S. Registered Architect Civil Engineering 1 Kyu Dobokusekoukanrigishi w/ RCCM certification U.S. Registered Civil Engineer Structural Engineering1st Class Kenchikushi or U.S. Registered Structural Engineer Mechanical Engineering1st Class Kankouji Sekou Kanrigishi or U.S. Registered Mechanical Engineer Electrical Engineering3rd Class Denki Shunin Gijutsusha or U.S. Registered Electrical Engineer Communication Engineering 3rd Class Denki Shunin Gijutsusha /Tsuushinkannkeishikakushou or U.S. Registered Communications Engineer Fire Protection Engineering1st Class Kankouji Sekou Kanrigishi w/Fire Protection Certification or U.S. Registered Fire Protection Engineer Geotechnical Engineering1 Kyu dobokusekoukanrigishi w/ RCCM doshitsu oyobi kiso certification or U.S. Registered Geotechnical Engineer SurveyingSokuryo shi or U.S. Registered Land Surveyor 2) Qualified personnel for other disciplines: Project Manager and Facilitator. The evaluation will consider education, certifications, training, registration, overall and relevant experience, and longevity with the firm. 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 required by this contract. 2) Ability to accomplish multiple projects simultaneously. Provide examples of completing multiple projects simultaneously. 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 awarded 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. (Note: Where applicable, firms shall provide a specific dollar or yen amount of A-E services fee awarded them within past 12 months of this announcement date.) 4. SUBMISSION REQUIREMENTS. See Note 24 for general submission requirements. Architect-Engineer 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 qualifications 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 will 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 perform 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 the SF330: above paragraph items 3a.2, 3a.3, 3d, 3e, and 3f. All documents related to an A-E firms submission must reach the office of the Contracting Division, Japan Engineer District, Camp Zama, Japan, not later than 4:30 P.M. (Japan Standard Time), on June 16, 2009. It is important to allow enough time for submissions to reach the above-specified office before the deadline. Any documents of the submission received after the above date and time may not be considered for contract award. SUBMISSIONS VIA FACSIMILE, ELECTRONIC MESSAGE, OR OTHER ELECTRONIC MEANS 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 solicitation number, and the name and address 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, Japan Engineer District, Camp Zama, Japan not later than 4:30 P.M. (Japan Standard Time), on June 16, 2009.' It is in the firms interest to follow up by contacting the POC to inquire about receipt 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 submission is necessary. It is also in the firms interest to follow up with references used for past performance rating and ensure that they send or fax completed questionnaires to the U.S. Army Corps of Engineer Point of Contact indicated on the questionnaire by the due date and time specified in this announcement. 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 Officer (CEPOJ-CT-C) Building 250, Camp Zama Zama-shi, Kanagawa-ken, Japan 228-8920 Submissions shall not exceed 50 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. Firms that provide submissions that exceed 50 pages may have only the first 50 pages considered. Solicitation packages are not provided. This is not a request for proposal.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA79/W912HV-09-R-0017/listing.html)
- 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
- SN01820633-W 20090517/090516162534-3d5a6daf154019afa717ccbb917d8ed0 (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 |