Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2008 FBO #2578
SOLICITATION NOTICE

C -- A-E Title II Services for Post Acquisition Improvement Program (PAIP) at Yokota Air Base, Japan

Notice Date
12/15/2008
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 374 CONS - Yokota, Unit 5228, Yokota AB, APO Japan, 96328-5228
 
ZIP Code
96328-5228
 
Solicitation Number
FA5209-09-R-XXXX
 
Response Due
1/16/2009 4:00:00 PM
 
Point of Contact
Namiko Kaneko,, Phone: 81-42-552-3011, Eriko Fukushima,, Phone: 81-42-552-3011
 
E-Mail Address
namiko.kaneko.jp@yokota.af.mil, eriko.fukushima.jp@yokota.af.mil
 
Small Business Set-Aside
N/A
 
Description
C -- A-E TITLE II SERVICES FOR POST ACQUISITION IMPROVEMENT PROGRAM (PAIP) AT YOKOTA AIR BASE, JAPAN SOL FA5209-09-RXXXX. Point of Contact is Namiko Kaneko (namiko.kaneko.jp@yokota.af.mil), Contract Specialist/Contracting Officer, 011-81-425-552-3011 or Eriko Fukushima (eriko.fukushima.jp@yokota.af.mil) at the same number. 1. PROJECT INFORMATION: 374th Contracting Squadron, Yokota AB is seeking qualified firms to provide Architect-Engineer Services Construction Management (Title II) under a Firm Fixed-Price contract for PAIP Phases 4 and 5, at Yokota Air Base, Tokyo, Japan. The intent is to select one (1) Architect-Engineer firm from this single solicitation. The PAIP project is for the improvement of military family housing and consists of whole house renovations, including but not limited to modernization and renovation of housing units; upgrade of HVAC systems; upgrade of electrical systems; upgrade of plumbing systems; provision of new fire protection system in the tower units; site/neighborhood improvement; and environmental abatement. Phase 4 (FY 06 project) includes 192 units and Phase 5 (FY 07 project) includes 186 units. Types of housing units include multiplex, single-family dwellings and tower units. The government reserves the right to award an option for Phase 6 (FY 07) having 190 units and Phase 7 (FY 08) having 350 units for renovation. This option item will be awarded in a timely manner relative to phasing and construction schedule. 2. TITLE II'S RESPONSIBILITES: The A-E Title II firm shall provide two full-time on-site construction inspectors and two full-time on-site construction managers. All four shall have a minimum of five years relevant on-site project type experience, i.e., reinforced concrete structural system and residential occupancy, and all shall be fluent in spoken and written English. At least one of the construction managers shall be fluent both in spoken and written English and spoken and written Japanese. Construction managers shall have a U.S. state or Japanese professional license or certificate, or, if not, at least a four-year college diploma, in architecture, construction management or civil, mechanical or electrical engineering. Among the four on-site personnel, at least one shall have a U.S. state or Japanese professional license or certificate, or four-year college diploma, in architecture; one shall have such in civil engineering; one shall have such in mechanical engineering; and one shall have such in electrical engineering. The requirement for such professional qualification as to each of these four disciplines may be met in any combination among the on-site inspectors and managers. Without a professional license, certificate or a degree in one of the relevant professional disciplines, a construction inspector shall have a minimum of 10 years of on-site construction inspection experience, and a construction manager 15 years of onsite construction management experience, of which, for both an inspector and manager, at least five years shall have been relevant on-site project type experience. Title II shall have on staff - or ready access to if not - the services of technicians qualified and experienced in approving testing, commissioning and balancing work for HVAC system. Title II shall have access on a real-time basis to persons fully functional in the use of AutoCAD 2004 or later Computer Aided Design/Drafting (CADD) system for creation of any illustrative sketches or other drawings required and accessing construction drawings. Title II on-site staff shall be proficient in the use of Microsoft Office 2007, and all documents submitted to the Government shall be drafted using an application in that suite. All submittals drafted by Title II to, or in behalf of, the Government shall be written in competent standard business English. There will be times when Title II service shall be required to work on a Saturday, Sunday or both. These will be occasions when the construction contractor requests to work on weekends and the government approves the request. Title II services shall include, but not be limited to: • construction surveillance on the jobsite and at off-site locations (fabrications or stored materials) when necessary; • reporting construction progress and managing construction change request process; • ensuring that all construction changes are within the scope of work; • ensuring construction meets Air Force standards and user needs; • working with the Government to correct design errors and omissions; • drafting responses on requests for information (RFIs) and other inquiries; • drafting contract modifications (Mods), including supporting cost estimates; • coordinating inspection and testing schedules; • overseeing construction contractor's quality control program; • conducting weekly and monthly progress meetings; • reviewing construction contractor's submittals and shop drawings; • providing cost and schedule analysis; process request for information; • providing consultation services during construction; • developing daily, weekly and monthly construction reports; • coordinating with construction contractor, HQ AFCEE project manager, base civil engineering staff, and base contracting staff; • reviewing and authorizing progress payments; • witnessing laboratory and/or field tests and review reports; • ensuring construction work complies with safety requirements; • maintaining in project files all correspondence, submittals, shop drawings, reports, payment requests, etc.; • assisting government in claims resolution; • ensuring that construction contractor maintains and updates construction drawings and specification for as-built record; • ensuring construction contractor submits required manuals for operations and maintenance and for training of facility/CE staff; • inspecting and accepting completed facilities for turnover back to the Government. • protecting the Government's interests at all times while dealing fairly with the contractor and others. Title II personnel shall be familiar with the N.F.P.A.'s Life Safety and other applicable codes; local and host nation's building codes; and standards, regulations applicable to these projects including Air Force standards, policies and guidelines. 3. PROJECT TIMELINE: Estimated date of award for the Phase 4 and 5 projects is the third quarter FY 09, with actual on-site work starting in last quarter of FY 09. Construction activities in Phases 4 and 5 will be awarded to the same construction contractor and run concurrently. The construction management performance period shall be no more than 4 years. Option item Phases 6 and 7 shall have similar conditions as those of Phases 4 and 5. These performance periods will be subject to change at the discretion of the Government depending upon the final phasing and construction schedule. The estimated cost for all required contracted construction management services is between $1,000,000 and $5,000,000. Firms that meet the requirements described in this announcement are invited to submit a letter of interest and completed Standard Form 330. Submission of additional brochures is neither encouraged nor desired. Submit one (1) original, five (5) extra copies and one (1) CD-ROM. Submittals shall be limited to 50 pages, with each side of a printed page counting as a page. Part II of the Standard Form 330 Forms count towards the total limit of 50 pages. 4. SELECTION CRITERIA: Selection of firms for negotiations shall be through an order of preference based on demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required, that include, (1) Recent specialized experience and technical competence in performing Title II services for housing renovations in structural concrete buildings, (2) Professional qualifications for the staff and consultants who will perform the actual work, (3) Professional capacity of the firm to perform the work in the required time, (4) Geographic proximity to Yokota Air Base, Japan, provided there is an adequate number of qualified firms for consideration, (5) Past performance history on both DOD and other contracts in terms of quality of work, cost control, and compliance with performance schedules, (6) CADD and electronic-office capability, and (7) Volume of work previously awarded to the firm by DOD with the objective of effecting an equitable distribution of DOD A-E contracts among qualified firms. Volume of DOD fees in the last 12 months shall be included in the submittal. 5. TELEPHONE CONFERENCE / ORAL PRESENTATIONS: The top three A-E Title II firms in order of preference will be required to make oral presentations after submittal of written proposals to exhibit their understanding of the Solicitation requirements. These top three A-E Title II firms will be notified approximately two weeks after proposal submittal. Presentations will be scheduled and coordinated by 374 Contracting Squadron/LGCB in this notification. The three firms will be given one week to prepare for their oral presentation. Presentation material is restricted to PowerPoint slides only. No models, samples or other materials will be allowed. Each presentation shall include a summary of the proposal and a question-and-answer (Q-A) session following. The combined duration of the firm's presentation and Q-A session shall not exceed two hours (excluding intermission, if any). The oral presentation shall not exceed 50 minutes of that time period. Only the presenting firms' key personnel (including team members' key personnel, if possible) may present the summary of the proposal. The Government will provide written questions to each of the top three preferred firms during the week of oral presentation preparation. The Government may also submit questions to the firms at the conclusion of the oral presentation of each, to which the firm shall respond at that time. The Government intends to evaluate the written proposal plus the content of the oral presentation, and then award the contract without further discussion. Exchanges which occur during oral presentation will provide an opportunity to clarify aspects of the written proposal and oral presentation. 6. SUBMISSION OF PROPOSALS: Responses must be received before 16 Jan 09 at 4:00 PM (local Japan Time), 48 calendar days from the date of this publication to be considered for selection. Electronic facsimile submittals will not be accepted. Submittals should be sent to 374th Contracting Squadron/LGCB, Unit 5228, APO AP 96328-5228, Attn: Ms Namiko Kaneko. Local address is Bldg 620, Yokota Air Base, Fussa-shi, Tokyo, Japan, 107-0001. This is not a Request for Proposal. The proposed acquisition listed herein will NOT be pursuant to the Small Business Competitiveness Demonstration Program, open to both small and large business concerns, U.S firm or a Joint Venture of U.S. and Local firms, pursuant to DFARS 252.236-7001.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0a20ad22712db7274f92046842417a4f&tab=core&_cview=1)
 
Place of Performance
Address: Yokota Air Base, Tokyo, Japan, Tokyo, Non-U.S., Japan
 
Record
SN01718610-W 20081217/081215214639-fc29562bec9401ca46dad99acc06263d (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  © 1994-2020, Loren Data Corp.