Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2003 FBO #0596
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY ARCHITECT-ENGINEER SERVICES CONTRACTS (ARCHITECTURAL) FOR DESIGN OF MISCELLANEOUS PROJECTS, VARIOUS LOCATIONS, JAPAN

Notice Date
7/16/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District - Japan - Military, Attn: CEPOJ - CT Unit 45010, APO, AP 96338-5010
 
ZIP Code
96338-5010
 
Solicitation Number
DACA79-03-R-0017
 
Response Due
8/15/2003
 
Archive Date
10/14/2003
 
Point of Contact
David Dilks, 011-81-46-252-0994
 
E-Mail Address
Email your questions to US Army Engineer District - Japan - Military
(David.M.Dilks@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA POC IS MR OWEN LAU, Phone: Japan: 046-251-1788, extension 263-8121 Email: owen.lau@usace.army.mil 1. CONTRACT INFORMATION. A-E services are required for two (2) Indefinite Delivery Contracts (IDC). Each contract will have a maximum yen amount equivalent to $250,000 for the basic contract with one one-year option, also for a maximum yen amount equiva lent to $250,000. Services will be implemented through negotiated firm fixed price task orders that may be issued up to the maximum contract yen amount equivalent to $250,000. The basic contract period is one year from the contract award date and the opti on period extends the contract by an additional one year. Each contract will require the Government to order services priced at not less than two percent (2%) of the stated maximum contract amount, and if exercised, not less than one percent (1%) of the s tated maximum contract amount of the option year. The contracts are anticipated to be awarded to qualified local sources (See item 4 below) within 6 months after selections are made. Two contracts will be awarded for the same types of services. Each contractor will be afforded a fair opportunity to be considered for each task order. The Contracting Officer will consider the following factors when awarding a task order: uniquely spec ialized experience, performance and quality of deliverables under current IDCs, current capacity to accomplish the order in the required time, equitable distribution of work among the contractors, and other relevant factors. 2. PROJECT INFORMATION. Work includes A-E services for preparation of plans, specifications, design analysis, and cost estimates for repair, renovation, or new construction projects or engineering studies for installation support. Work will include desi gns and studies. Compatibility with specific computer-aided drafting (CAD) equipment, and format of required CAD products, is a requirement. Firms must have primary capability in architectural engineering with in-house or subconsultant capability for str uctural, mechanical, electrical, civil, environmental, fire protection, geotechnical engineering, surveying, telecommunications, cost estimating, and specification writing. 3. SELECTION CRITERIA. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Primary Criteria are listed under a through d. Criteria e through f are secondary and will only be used as tie-breakers among technically equal firms. a. Specialized experience and technical competence in the preparation of plans, specifications, design analysis, and cost estimates for repair, renovation, new construction, or engineering studies for installation support projects that are primarily archit ectural in nature. 1) The evaluation will consider the offerors specialized experience in demolition and disposal of buildings, renovation of building interior spaces, roof/floor/exterior wall repair, bathroom and kitchen renovations for billets and lodging, landscaping ath letic field improvements, ADA compliance requirements, docking/berthing projects at harbors, ammunition storage facilities, soundproofing, and roof/wall thermal and fire insulation. 2) The evaluation will consider the offerors previous experience in preparing planning documents, design drawings, specifications, and cost estimates for the repair, maintenance, and construction of facilities on U.S. military installations in Japan. 3) The evaluation will consider technical competence of the offeror in terms of design quality management, CAD and other automated systems and equipment resources. 4) The evaluation will consider the effectiveness of the proposed project team with respect to management structure, coordination of disciplines and prior working relationship within team members. 5) The evaluation will consider the firms sustainable design experience using an integrated design approa ch and emphasizing environmental stewardship. b. Professional qualifications of the firms staff/consultants to be assigned to the projects. 1) The evaluation will consider the education, training, registration and overall relevant experience of the teams key management and technical personnel. Submit licenses/registration of personnel for which resumes are shown in the SF255. 2) The evaluation will consider the teams inclusion of personnel who have U.S. license/registration in fire protection. 3) The evaluation will consider the longevity with the firm or firms of the key personnel to be used on this project. c. The firms past performance on previous similar projects. 1) The evaluation will consider all past experience of the prime AE contractor as documented on the Corps of Engineers Architect-Engineer Contract Administration Support System (ACASS). 2) The evaluation will consider all past experience from sources other than ACASS only if submitted in response to this announcement. In evaluation of both these sub-criteria, the relevancy of each performance evaluation to the proposed contract including type of work, contract value, performing office, recentness and general trends will be considered. d. Capacity of the firm to accomplish work in the required time and in the prescribed manner. 1) The evaluation will consider the firms experience with similarly sized projects. 2) The evaluation will consider the available capacity as well as total strength of key disciplines in the offices to perform the work. 3) The evaluation will consider a firms current workload and workload trends. e. Geographic proximity of the firm in relation to the location of the project. 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. 4. 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: (1) a current Standard Form 254 (SF254), Architect-Engineer and Related Ser vices Questionnaire for the prime and each sub/consultant that is shown in block 6 of the Standard Form 255; (2) a Standard Form 255 (SF255), Architect-Engineer and Related Services for the prime, who shall be a local source A-E, and his team. The SF255 shall cover the entire team. Individual SF255s are not required for each sub-consultant. Failure to submit any of the individual SF254s and the team SF255 shall cause the submission to be unacceptable. 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 must submit documentation demonstrating registration, authorization, and capacity to perform in Japan, for example, an official copy (shuin) 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/o r other pertinent related services. Firms shall clearly specify whether they are submitting as a joint venture (block 5 of the SF255) or with sub/consultants (block 6 of the SF255). Firms shall address each of the following items in block 10 of the SF255: above paragraph items 3a.1) through 3a.5), 3b.1) through 3b.3), 3c.1, 3c.2, 3d.1) through 3d.3), 3e, and 3f. The submission must reach the office of the Architect-Engineer Contracts Section, Japan Engineer District, Camp Zama, Japan, not later than 3:00 P.M. (Japan Standard Time), on 15 August 2003. It is important to allow enough time for submissions to reach t he above-specified office before the deadline. Submissions received after the above time will not be considered for contract award, except under the followin g circumstance. If the submission is clearly postmarked 13 August 2003 by the Japanese postal system and kaki-tome (registered) mail is utilized, the submission will be accepted. SUBMISSIONS VIA FACSIMILE, ELECTRONIC MESSAGE, OR OTHER ELECTRONIC MEANS WI LL 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 carr iers should ensure that the proposal is marked on the outermost wrapper with the statement: This package must reach the office of the Architect-Engineer Contracts Section, Japan Engineer District, Camp Zama, Japan not later than 3:00 P.M. (Japan Standard Time), on 15 August 2003. 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. Submissions may be handcarried to the below address, however, use of the Japanese postal system or commercial carriers is enco uraged. Submittals should be addressed to: U.S. Army Corps of Engineers, Japan District ATTN: Architect-Engineer Contracts Section (CEJED-EC-EA) Room 213, Building 250, Camp Zama Zama-shi, Kanagawa-ken, Japan 228-8920 Solicitation packages are not provided. This is not a request for proposal. All firms shall submit a current SF254. Firms desiring to register for consideration for future projects administered by the procurement office (subject to specific requirements for individual projects) are encouraged to submit annually a statement of qua lifications and performance data utilizing Standard Form 254 Architect-Engineer and Related Services Questionnaire to the Architect-Engineer Contracts Section.
 
Place of Performance
Address: US Army Engineer District - Japan - Military Attn: CEPOJ - CT Unit 45010, APO AP
Zip Code: 96338-5010
Country: JP
 
Record
SN00372989-W 20030718/030716213725 (fbodaily.com)
 
Source
FedBizOpps.gov 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.