Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2005 FBO #1327
SOLICITATION NOTICE

C -- Indefinite Delivery Architect-Engineer Services Contracts for Design of Miscellaneous Facilities, Preparation of Criteria Documents for Host Nations Projects, and Related Work, Various Locations, Japan.

Notice Date
7/13/2005
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
US Army Engineer District - Japan, Attn: CEPOJ - CT Unit 45010, APO, AP 96338-5010
 
ZIP Code
96338-5010
 
Solicitation Number
W912HV-05-R-0016
 
Response Due
8/29/2005
 
Archive Date
10/28/2005
 
Small Business Set-Aside
N/A
 
Description
NA POC is MR. GEORGE CHAN, Phone: 011-81-3117-63-8121 Email: george.c.chan@usace.army.mil Department of the Army U.S. Army Engineers District, Japan ATTN: Architect-Engineer Contracts Section (CEPOJ-EC-ET) Room 213, Building 250, Camp Zama APO AP 963 38-5010 1. CONTRACT INFORMATION. A-E services are required for up to two (2) Indefinite Delivery Contracts (IDC). The contract will have a maximum amount of $750,000 for the basic contract with two one-year options, each for a maximum amount of $750,000. S ervices will be implemented through negotiated firm fixed price task orders that may be issued up to the maximum contract amount of $750,000. The basic contract period is one year from the contract award date and each option period extends the contract by additional one-year periods. The option year may be exercised before one year expires if the basic or the first option year contract has been exhausted or nearly exhausted. The Government is not obligated to exercise the options. When an option is exercise d, the remaining balance in the current contract period will be carried over to the succeeding option year contract amount. 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 basic contract, and if exercised, not less than one percent (1%) of the stated maximum contract amount for each of the option years. Requests for Proposals (RFPs) are anticipated to be issued to qualified firm(s) within twelve (12) months af ter selections are made. 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 SF 330 submitted i n response to this solicitation, the respective A-E will be notified accordingly and the next most qualified firm will be queried for qualifications update. THE CONTRACTS WILL BE AWARDED ONLY TO UNITED STATES FIRMS OR TO JOINT VENTURES OF UNITED STATES AND HOST NATION FIRMS. To be eligible for contract award, United States firms must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov/ or by contacting the DoD Electronic Commerce Informati on Center at 1-800-334-3414. Up to two contracts will be awarded for the same services. The government is not obligated to award the maximum number of contracts stated herein. In addition, two or more existing contracts for the same services already exist . Each contractor will be afforded a fair opportunity to be considered for each task order in excess of $2,500. The Contracting Officer will consider the following factors when awarding a task order: specialized experience, performance and quality of deliv erables under the current IDCs, current capacity to accomplish the order in the required time, equitable distribution of work among the contractors, and other relevant factors. The Government can issue a Letter of Identification to the successful firm upon their request after contract award, which entitles A-E personnel to enter into Japan to perform work on task orders issued under the contract. 2. PROJECT INFORMATION. Each Indefinite Delivery Contract requires Architect-Engineer services primarily for U.S .-funded design work for operation and maintenance, new construction, planning, engineering and feasibility studies, site investigations, construction phase services and other general engineering-type projects. In addition, services may be required on a le ss frequent basis for preparation of design criteria packages for Host Nation (HN)-funded projects and related works. PROJECTS ARE LOCATED IN U.S. MILITARY INSTALLATIONS THROUGHOUT JAPAN. FREQUENT SITE VISITS AS WELL AS MEETINGS IN JAPAN MAY BE REQUIRED. D esign criteria will be generally U.S. criteria, however, design deliverables would address local construction practices and materials that meet U.S. criteria. 3 . SELECTION CRITERIA. See Note 24 for General Selection Process. The Selection criteria are listed below in descending order of importance. Criteria a through e are primary selection criteria, and f and g are secondary ones and are utilized as tie-breakers among technically equal firms when required: a. Specialized experience and technical competence in the type of work required. 1) Preparing U.S.-funded planning documents, design drawings, specifications, and cost estimates for the repair, maintenance, and construction of facilities on U.S. military installations located in Japan. 2) Knowledge and experience with standard Corps of Engineer software applications such as MCACES, UFGS (unified Facilities Guide Specifications)/SPECSINTACT, EBS, etc. 3) Familiar ity with the DoD Antiterrorism Standards for Buildings. Experience in performing Antiterrorism/Force Protection type assessments, analyses and designs. Experience in performing blast analyses (leading to the selection of appropriately sized blast resistant building components) and progressive collapse analyses. Experience in the design of active/passive vehicle barriers and electronic detection systems. 4) Conducting and facilitating design charrettes to identify functional issues, to achieve consensus on p roject requirements, develop facility and site layouts, and develop schematic preliminary designs. 5) Performing technical studies and preparing written technical documents. 6) The firms design quality management plan to include: management approach, coor dination of disciplines and subs/consultants, quality control procedures (including project-specific quality control plans, detailed checks, independent technical reviews), and prior working experiences of the prime firm and any significant subs/consultant s. 7) Knowledge and experience with current Balance of Payment Program (BOPP) procedures and with Japan Industrial Standards as applied to BOPP exempt items. 8) Knowledge and experience with Japanese construction practices and procedures. 9) Familiarity an d experience in the Host Nation-funded Facilities Improvement Program (FIP) construction program, and preparation of U.S. criteria documents for FIP projects. 10) Energy conservation, pollution prevention, waste reduction, and the use of recovered material s (sustainable design). b. Qualified professional personnel in the following disciplines: Architectural Engineering, Civil Engineering, Communication Engineering, Cost Engineering, Electrical Engineering, Environmental Engineering, Fire Protection Engineer ing, Geotechnical/Foundation Engineering, Interior Design, Landscaping Design, Mechanical Engineering, Planning, Structural Engineering, and Surveying. 1) Knowledge and experience of U.S. design and construction criteria as required for the design of U.S. funded construction projects or the preparation of criteria package documents for Host Nation projects. 2) Knowledge and experience of Corps of Engineers Computer Aided Drafting and Design Standards. c. Past performance on DoD and other contracts with resp ect to quality of work, cost control and compliance with performance schedules. d. Capacity to accomplish the work in the required time. e. Proven experience in performing technical translation of criteria package and other design documentation (English to Japanese and vice versa). f. Geographic proximity of the firm in relation to the location of the project. 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 qualif ied Architect-Engineers. 4. SUBMISSION REQUIREMENTS. See Note 24 for general submission requirements. Architect-Engineer firms that meet the requirements described in this announcement are invited to submit one copy of: (1) Standard Form 330 Part I, Archit ect-Engineer Qualifications, Contract-Specific Qualifications for the prime A-E and all subs/consultants. Firms shall include the following additional informati on in Section H of the form; and (2) Standard Form 330 Part II, Architect-Engineer Qualifications, General Qualifications (all firms must submit a current SF 330 Part II). a) Describe the firm's design quality management plan, including coordination of sub s/consultants. Include a discussion of your past experiences working with your subs/consultants, and a detailed description on duties, responsibilities, and coordination methods between the prime and all subcontractors and consultants etc.; b) Clearly spec ify whether you are submitting as a prime with subs/consultants or as a joint venture. The submittals must reach the office of the Architect-Engineer Contracts Section, Japan Engineer District, Camp Zama, Japan, not later than 5:00 P.M. (Japan Standard Tim e) on the due date shown above on this announcement. 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 env elopes 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 commer cial 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: Archite ct-Engineer Contracts Section (CEPOJ-EC-ET) 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.
 
Place of Performance
Address: US Army Engineer District - Japan Attn: CEPOJ - CT Unit 45010, APO AP
Zip Code: 96338-5010
Country: JP
 
Record
SN00846429-W 20050715/050713212418 (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.