Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 21, 2009 FBO #2919
SOURCES SOUGHT

C -- Sources Sought/Request for Information Indefinite-Delivery Architect-Engineer Services Contracts, Various Locations, Japan

Notice Date
11/19/2009
 
Notice Type
Sources Sought
 
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-10-AEIDCHNUS
 
Response Due
12/31/2009
 
Archive Date
3/1/2010
 
Point of Contact
Jesusa Labial, 01181464073884
 
E-Mail Address
US Army Engineer District - Japan
(jesusa.g.labial@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. This is a market survey for information only and is 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 research. The U.S. Army Engineer District -Japan is planning to solicit up to 5 Indefinite-Delivery Architect-Engineer Services Contracts (IDC) for Preparation of Criteria Documents for Host Nation (HN) funded projects and Design Documents for non-Military Construction (MILCON) funded projects for various U.S military installations throughout Japan. Criteria Documents are concept level design document that articulate US Government requirements of projects and serve as the basis of design for the Government of Japan to develop detailed construction drawings. US Government requirements and standards typically captured in Criteria Documents include items related to the functioning of the facility as well as desired materials, equipment, components and systems for the completed facility. Preparation of design documents for non-MILCON funded construction projects includes performing Architect-Engineer services to support planning, design, studies, site assessments and construction phase support for such projects in accordance with US design/construction criteria and requirements. Any solicitations pursued are intended for local sources only. Local sources are sources (e.g., corporations or partnerships) that are physically located in Japan and authorized (i.e., licensed and registered) to perform the type of work specified in solicitations pursued. The planned IDCs are Indefinite-Delivery, Indefinite-Quantity type of contracts which provide for an indefinite quantity of Architect-Engineer (A-E) services during a fixed period. IDCs will be awarded to A-E firms considered most highly qualified to perform the services. The Government intends to award IDCs based on the selection criteria listed below in descending order of importance. Criteria a through e are primary selection criteria and f and g are secondary ones and are used as tie-breakers among technically equal firms; if necessary: a.Specialized experience and technical competence in the type of work required. The following sub-criteria 1) and 2) are listed in descending order of importance. 1)Knowledge and experience in the preparation of planning, design and analysis documents for construction projects in Japan. Such documents may include detailed construction drawings and specifications, consulting reports containing engineering recommendations based on technical evaluations and planning studies and/or assessments leading to the construction of infrastructure projects including, but not limited to, administrative facilities, office buildings, multi family housing structures, roadways and utility systems. 2)The firms design Quality Management Plan (QMP) to include: management approach, coordination of disciplines and sub-consultants, quality control procedures (including project-specific quality control plans, review checklists, senior designer reviews). b.Qualified professional personnel. The following sub-criteria 1) and 2) are listed in descending order of importance. 1)Design Team Architects and Engineers shall have minimum levels of professional licensing as listed in ATTACHMENT A. 2)Project Managers and Facilitators shall have knowledge and experience in Project Management and design team facilitation and coordination. The evaluation will consider education, certifications, training, registration, overall relevant experience and longevity with the firm. c.Past performance on contracts with respect to quality of work, cost control, and compliance with performance schedules. d.Capacity to accomplish the work. The ability to perform the work requirements of multiple task orders in the required time. e.Knowledge of the Locality. The understanding and familiarity of the firm with local construction codes, standards and practices. f.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 may arise. Thus, where two or more firms are otherwise relatively equal with respect to selection criteria a through e above, preference will be given to a firm physically located in a geographical area where no other firm has been awarded a contract. g.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. The contract period for each IDC will consist of a Base Period of 12 months and one 12-month Option period. The Government reserves the right to exercise the option period. The maximum contract amount is the YEN equivalent of $500,000. The following Guides will be provided as reference to interested parties during the Meeting with Industry or may be obtained per request to the POC (Ms. Labial) listed below: 1. Guide for Preparation of Criteria Packages 2. Guide for Preparation of Charrette Report and Basic Criteria Package for AllianceTransformation Projects Attachment A, Qualifications of Designers is attached to this notice for your information and reference. 2. SOURCES SOUGHT QUESTIONNAIRE: A.Interested firms are requested to furnish comments on the following topics: (1)Are you interested in the planned Indefinite Delivery Contract (IDC)? (Interested or Not Interested) (2)If you answered Not interested to question (a), is your lack of interest due to the maximum not-to-exceed contract amount of $500,000? (Yes or No) (3)If you answered Not Interested to question (a), is your lack of interest due to the nature of the work that will be executed through this IDC? (Yes or No) (4)Does your firm have the ability to work in diverse, multiple regions in Japan (US military installations in Okinawa and throughout Honshu)? (Yes or No) (5)Based on the information provided, do you foresee any barriers that will prevent or discourage your firm from participating in potential future solicitations for IDCs? (6)Other comments. If you do not have any comment on a particular topic, please indicate no comment for each item. B. Meetings with Industry will be held in Tokyo and other locations as required in January 2010. Detailed information as to date, time, and exact location of these meetings will be announced at a later date. If you are interested in attending a Meeting with Industry conference, please furnish the following information: (1)Is your type of business Architect-Engineer? (Yes or No) (2)Does your firm have experience in preparing Requests for Proposals (RFPs) leading to award of Design-Build (DB) construction contracts? (Yes or No) (3)Does your firm have experience as the design agent on DB construction contracts? (Yes or No) (4)Would your firm be a Prime Contractor, Sub-Contractor, or Joint Venture Partner in any potential IDCs? (5)Does your firm have A-E experience in the areas in Northern Japan, Central Japan, Southern Japan and Okinawa? (6)Are you interested in attending a Meeting with Industry conference to be held in Tokyo? (Details will be announced at a later date) (Yes or No) (7)If your answer to (6) above was No, would a Meeting with Industry conference at a location other than Tokyo allow you to attend such a conference? If so, please indicate a preferred location. (8)If you are willing to attend a Meeting with Industry conference, please provide the following information: Company name, Point of Contact (POC), POCs Telephone Number, POCs E-mail address and number of anticipated attendees in your party. Sources Sought questionnaire is provided as Attachment B, Comment Form which is attached to this notice. Please send your response via e-mail to jesusa.g.labial@usace.army.mil or fax to 046-252-0994, ATTN: Ms. Jesusa Labial no later than December 11, 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA79/W912HV-10-AEIDCHNUS/listing.html)
 
Place of Performance
Address: US Army Engineer District - Japan Attn: CEPOJ - CT Unit 45010, APO AP
Zip Code: 96338-5010
 
Record
SN02006983-W 20091121/091119234925-1743be8b5de7573a1e3d45941120c6d9 (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.