SOLICITATION NOTICE
C -- Indefinite-Delivery/Indefinite-Quantity (IDIQ) Architect and Engineer (A-E) Services for Misawa Air Base, Japan - Statement of Work (SOW)
- Notice Date
- 4/15/2015
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 35 CONS - Misawa, Unit 5201, Misawa AB, APO Japan, 96319-5201
- ZIP Code
- 96319-5201
- Solicitation Number
- FA5205-15-AE001
- Point of Contact
- Kazuo Miura, Phone: (81) 176-77-9552, Miyako Fujimoto, Phone: (81) 176-77-2059
- E-Mail Address
-
kazuo.miura.jp@us.af.mil, miyako.fujimoto.jp@us.af.mil
(kazuo.miura.jp@us.af.mil, miyako.fujimoto.jp@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- FA5205-15-AE001_Atch.1_SOW A. PURPOSE OF THIS ANNOUNCEMENT: This announcement synopsizes the Government's intent to procure Architect Engineering Services pursuant to Federal Acquisition Regulations (FAR) 5.203(d), FAR 5.205(d), and FAR 36.601-1. B. PROJECT TITLE: Firm-Fixed-Price (FFP) Indefinite-Delivery/Indefinite-Quantity (IDIQ) Contract for Multi-Discipline Architect-Engineer (A-E) Services to support DoD agencies in the Misawa, Japan Tohoku region. C. CONTRACT INFORMATION: a. This contract(s) is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. b. The intent is to award five (5) IDIQ contracts, but the Government reserves the right to award less than five (5) or more than five (5). The duration of the contract will be one (1) year base year with four (4) one-year options which may be exercised at the discretion of the government. The government will award A-E design project by issuing individual task order (TO) to the contractor as requirements are identified by 35th Civil Engineer Squadron during the contract period. The guaranteed minimum amount will be $5,000.00, and the maximum amount will be $7,500,000 for the life of the contract. c. Contracts awarded as a result of this announcement will be administered by 35th Contracting Squadron, Misawa Air Base (MAB), Japan for use on projects under its jurisdiction. d. The North American Industry Classification (NAICS) code for this acquisition is 541330 Engineering Services. The A-E Contractor will be required to comply with all industry standard codes. These codes and regulations include but are not limited to: International Building Codes (IBC), American Society of Heating, Refrigeration, and Air-Conditioning Engineers (ASHRAE), Americans with Disabilities Act (ADA), National Fire Protection Association (NFPA), industry standards, Unified Facilities Criteria (UFC), Air Force Engineering Technical Letters (ETL), Anti-Terrorism/Force Protection (AT/FP) standards, State Historical Preservation Office (SHPO) requirements, Air Force Instructions (AFI), Manuals, Handbooks and other Publications, Misawa AB Design Standards including CAD/BIM/GIS, applicable engineering design guides, planning requirements, and applicable drafting standards. e. Per Defense Federal Acquisition Regulation Supplement (DFARS) 236.602-70, A-E firms must be a U.S. owned A-E firm to be eligible for single delivery orders exceeding $500,000. D. SCOPE OF WORK: The general Statement of Work (SOW) for the contract will require firms to perform architectural and engineering services as defined by the Brooks Act in 40 U.S.C. 1102 and Public Law 92-582, commonly referred to as Title I, Title II, and other professional A-E services, as defined in AFI 32-1023, to administer, coordinate, and technically support facility sustainment, restoration, and modernization (SRM), military construction (MILCON) and Non-Appropriated Fund (NAF) programs of interest to MAB. The work includes all efforts necessary to manage and execute architect and engineering services to include Title I, Title II, and other A-E services for design and construction oversight supporting SRM, MILCON, and NAF programs. The anticipated contract will include full range of Title I (Types A and B services), Title II (type C services), and Title III (other A-E professional services) work on general facilities, public works, utilities, infrastructure requiring repair, alteration, upgrade work and related work as well as studies for various facilities on MAB, Japan. The work will generally be a combination of Architectural, Civil, Structural, Mechanical, Electric and Fire Protection work. Registered Architect and Professional Engineer licensed in the U.S.A. (or Japanese technical equivalent; Level 1) will be required in the performance of this contract (per discipline). For detailed explanation of the type of services refer to Attachment #1, SOW. E. SELECTION CRITERIA: To avoid conflicts of interest, the A-E firm and its subsidiaries, affiliates, or associates will not be permitted to construct or repair any facility they have been selected to design unless agency approval is granted. Firms are advised to review the referenced FAR Part and include a subsequent acknowledgement and statement of understanding of the requirement as the last item in the Standard Form 330 (SF 330), Part II, Block H. Failure to include this signed statement within the SF 330 will negate consideration of the firm for this solicitation. No construction contract may be awarded to the firm that designed the project, except as provided in FAR 36.209. F. EVALUATION CRITERIA: In accordance with PL 92-582 (Brooks Act; 40 U.S.C. 1102), FAR 36.6, DFARS 236.6 and AFI 32-1023, the government select firms for A-E contracts based on professional qualifications and other evaluation and selection criteria. To be considered for award, the principal firm must submit a completed SF330, Part I & II, summarizing their qualifications, experience and capabilities, which will be evaluated by a government board to determine the most highly qualified firms. Firms submitting recent (within the past 5 years), and relevant past performance in preparing design projects valued between $50K and $5M may result in a higher rating and should be addressed accordingly. Evaluation of past performance and experience may include information provided by the firm, customer inquiries, government databases, and publicly available sources. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. The A-E firm(s) selected for this contract will be based on the following evaluation factors: a. PROFESSIONAL QUALIFICATIONS. SF 330, Part I, Block E, should show brief resumes of key personnel of the firm/teaming arrangement. The combination of criteria below will be used to determine the ability of the staff to be effective, innovative and contribute to the successful completion of project delivery orders. Responses will be evaluated to determine personnel: education, training, project experience and professional registration of key personnel. Evaluations will also judge the depth and experience of the firm and other firms submitted as part of the team. Consider the type and quantity of projects the firm (and associates) have been involved in the past. The preferred profile code numbers from SF 330 for the type of work required include, but are not limited to the following: 1. A09-Anti-Terrorism/Force Protection 2. A10-Asbestos Abatement 3. C18-Cost Estimating; Cost Engineering & Analysis; Parametric Costing; Forecasting 4. E01-Ecological & Archeological Investigations 5. E03-Electrical Studies and Design 6. E09-Environmental Impact Studies, Assessments or Statements 7. F05-Forensic Engineering 8. H04-Heating; Ventilating; Air Conditioning 9. H07-Highways; Streets; Airfield Paving; Parking Lots 10. H08-Historical Preservation 11. I05- Interior Design; Space Planning 12. L03-Landscape Architecture 13. L05-Lighting (Interior; Display; Theater; Etc.) 14. O01-Office Buildings; Industrial Parks 15. P12-Power Generation, Transmission, Distribution 16. R06-Rehabilitation (Building; Structures; Facilities) 17. R12-Roofing 18. S11-Sustainable Design 19. S12-Swimming Pools 20. T03-Traffic and Transportation Engineering 21. U03-Utilities (Gas and Steam) b. SPECIALIZED EXPERIENCE. Evaluations will award up to 20 points based on specialized experience of the firm's staff (refer to SF 330 Part I, Blocks F and G) to the typical requirements that may be generated as part of this scope of work. SF 330, Part I, Block F, list only current projects or projects completed in the past (5) five years. Projects completed more recently will be evaluated more advantageously for the offeror. These projects should show scope and nature similar to the SOW A-E services requirements, the complexity of the job, challenges faced, actions taken and the resolution and results of any challenges faced, as well as identify any key personnel in SF 330 Part I, Block G that worked on the projects and their role. Provide demonstrated successes in specifying the use of recovered materials in construction, and achieving pollution prevention, waste reduction, and energy conservation in facility design, as identified in the SF 330 Part I, Block H. The contractor should also identify if the prime or its associates have at least one Leadership in Energy and Environmental Design (LEED) Accredited Professional as defined by the U.S. Green Building Council. The contractor should also identify LEED awards and ratings achieved by the firm and its associates. c. PROFESSIONAL CAPACITY. Within the SF 330, Part I, Block H, each firm shall demonstrate how they will manage, coordinate and administer the work within the prime and among any teaming partners. Teaming partners to be included by the prime contractor in their response should be clearly identified as such for evaluation purposes and will later be agreed to during negotiations of any resultant contract. SF 330, Part II, Block 11 and the CONUS/OCONUS information required under criteria (5) to be provided in SF 330, Part I, Block H will also be evaluated to assist in determining this factor. SF 330, Part I, Blocks C and F may also be evaluated to support this criterion. SF 330, Part IIs shall be provided for the specific prime office expected to lead this effort and teaming partners proposed to perform the work. In Block 9c(1), enter the total number of employees for the firm and in Block 9c(2) enter the total number of employees for this office. Responses will be evaluated to determine the following requirements: 1. Capacity to perform work in-house and with teaming members in the required time; 2. Ability to support concurrent and geographically dispersed multi-million dollar projects; 3. Ability to manage, coordinate, and administer work within prime and among teaming members; 4. Demonstrate active on-going CONUS and OCONUS (Japan) work; Address current dollar value of work of the Team, established Team and Prime office that can support such work and work requirements outlined in the A-E services requirements and management approach to on-going work. d. PAST PERFORMANCE. SF 330, Part I, Block H, cite examples of performance and customer satisfaction such as recognition for technical achievements, cost savings, or commendations received for projects similar to the scope of work. Responses will be evaluated to determine design constructability, accuracy of cost estimates and control, quality of work, compliance with performance schedules and customer satisfaction. e. LOCATION. All firms responding to this notice will be considered. However, it is favorable for A-E firms located in the general geographic area and knowledge of the locality of the project to Tohoku Region and other authorized U.S. Government installations in Japan. f. PARTNERSHIP, TEAMING AGREEMENT OR JOINT VENTURE: The prime contractor shall provide a statement in the cover letter confirming executed teaming agreements are in place for all team members listed in the proposal. The statement shall also list all team members. It is the intent to award a minimum of two (2) contracts with U.S. owned teams in order to be able to award a single design task orders greater than $500,000. g. INTERVIEW/DISCUSSION. The Selection Board will perform interviews either in person or by phone. The following criteria will be used during the interview: 1) clear understanding of the scope of work, 2) examples of past performance, 3) customer responsiveness, 4) examples of projects completed ahead of schedule, 5) use of creativity and imagination in design development, and 6) response to questions from Selection Board members. Once the packages are received and determined to be acceptable the offerers will be notified of interview times on or about 22 May 2015. Factors a., b., c., d., and e. are of equal importance and significantly more important than factors e. and f.. Factors f. and g. are of equal importance. Selection of firms shall be through an order of preference based on qualifications necessary for the satisfactory performance of the type of professional services described above. Interested A-E firms with the capabilities to perform the anticipated work must submit two (2) copies (one original and one copy) of each packet with a cover letter addressing the Selection Criteria. Each SF 330 must include: 1. Part I, Block C (10 and 11) firms with more than one office/location must complete for each location that will be involved for this contract. For Block C(10), Address, include phone number. For Block C(11), Role in this Contract, label which office will be the main or branch for this contract. 2. Part I, Block E(17): Registration must include State, discipline if any, and year. 3. Part I, Block F(23), include a customer point of contact and phone number for the projects listed. 4. Part II, Block 9, distinguish the number of total personnel in the firm. From that total, list the number of personnel for each discipline in each branch. Required Submittals: 1. Cover letter addressing each of the Selection Criteria; 2. Organization chart; 3. Three (3) references for offeror's work, including company name, phone number and name of contact, description of work, location, and total dollar amount; 4. SF 330 Part I & II for the prime contractor; and 5. SF 330 Part II for each proposed sub-consultant. Firms desiring consideration shall submit hard copies (one original, one copy) of completed U. S. Government Standard Form 330 Part I and SF 330 Part II, and one electronic copy (Part I and Part II) in PDF format on a compact disk (other media will not be accepted). G. SUBMISSION REQUIREMENTS a. The original hard copy takes precedence in the event of discrepancies between the original hard copy and the electronic copy. There is no page limit on SF 330 Part II. Firms are directed to keep the total page count of SF 330 Part I to no more than 80 pages of text/figures/tables, numbered consecutively from 1 to 80, (one face equals one page). Any additional pages and/or other documents submitted will be destroyed without consideration. The cover, cover letter, title page and tabs for SF 330 Part I are excluded from the page count. Bind the SF 330 Part I and Part II in a 3 ring binder. Submittals shall be prepared using Standard English and must be written in a concise, yet clear and informative style. Submittals shall use a minimum 12 point Times New Roman style font in preparing narrative elements and tables. Submittals shall be single spaced and secured in a 3-ring binder. Submissions may include color. Page sizes to be used include 8.5" x 11" and 11" x 17" (count as 2 pages). Each page face will count as one page. b. Interested firms shall submit responses no later than 19 May 2015, 1200 hours, Japan Standard Time (JST) to 35th Contracting Squadron (35 CONS), MAB, Japan, at address below. 35th Contracting Squadron Attn: Ms Miyako Fujimoto Unit 5201, Bldg. 656, Misawa Air Base, Japan APO AP 96319-5201 We recommend packages be mailed since timely access to MAB may be difficult. Hard copies may be submitted in person to 35 CONS at Bldg 656, second floor, room 2420. Both hard copies and electronic copies must be submitted prior to the deadline in order to not be considered late, in accordance with FAR 15.208(b)(1). H. INQUIRIES: a. Interested parties with inquiries shall submit their inquiries in writing via e-mail to Ms Miyako Fujimoto, miyako.fujimoto.jp@us.af.mil. No questions will be accepted for answering any later than 30 Apr 15, 1630 hours (JST), unless in the government's best interest. It is the offeror's responsibility to monitor for inquiries and responses. All firms interested in this announcement must be registered with the System for Award Management (SAM) in order to receive a Federal contract award. Register for SAM at: http://www.sam.gov. Information on registration and annual confirmation requirements may be obtained by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. Failure to register may render the firm ineligible for award. Firm must also be willing and able to register in the Wide Area Work Flow (WAWF), the government invoice and payment processing system at time of award. Register at: https://wawf.eb.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/35CONS/FA5205-15-AE001/listing.html)
- Place of Performance
- Address: Misawa Air Base, Japan, Misawa, Japan
- Record
- SN03700119-W 20150417/150415234507-0f820cdabb4274ae4ac43b3cf4c99178 (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 |