Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2009 FBO #2678
SOLICITATION NOTICE

C -- Notice of Procurement for Development of Basic Criteria Package (BCP) for Aviation Maintenance Facility, MCAS Iwakuni, Japan

Notice Date
3/25/2009
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Japan, US Army Engineer District - Japan, Attn: CEPOJ - CT Unit 45010, APO, AP 96338-5010
 
ZIP Code
96338-5010
 
Solicitation Number
W912HV-09-R-0008
 
Response Due
4/24/2009
 
Archive Date
6/23/2009
 
Point of Contact
Michael Pearson, 046-407-8832<br />
 
Small Business Set-Aside
N/A
 
Description
ONLY LOCAL SOURCES WILL BE CONSIDERED UNDER THIS NOTICE OF PROCUREMENT (NOP). LOCAL SOURCES ARE SOURCES (E.G., CORPORATIONS OR PARTNERSHIPS) THAT ARE PHYSICALLY LOCATED IN JAPAN AND AUTHORIZED (I.E., LICENSED AND REGISTERED) TO PERFORM IN JAPAN, THE TYPE OF WORK SPECIFIED IN THIS NOP. SPECIFICALLY, A PROSPECTIVE OFFEROR MUST BE DULY AUTHORIZED TO OPERATE AND CONDUCT BUSINESS IN JAPAN AND MUST FULLY COMPLY WITH ALL LAWS, DECREES, LABOR STANDARDS, AND REGULATIONS OF JAPAN DURING THE PERFORMANCE OF THE RESULTING CONTRACTS. IN ADDITION, PRIOR TO AWARD OF THE CONTRACTS, OFFERORS MUST BE REGISTERED WITH THE GOVERNMENT OF JAPAN TO CONDUCT BUSINESS IN JAPAN AND POSSESS NECESSARY DOCUMENTATION TO PERFORM WORK REQUIRED UNDER THIS NOP. NA POC is Mr. Rodney Chong Phone: 046-407-3774, Email: rodney.chong@us.army.mil, Department of the Army, U.S. Army Engineer District, Japan ATTN: Architect-Engineer Contracts Section (CEPOJ-EC-ET) Room 213, Building 250, Camp Zama APO AP 96338-5010. 1. CONTRACT INFORMATION. One (1) firm fixed-price contract for Architect-Engineer (A-E) services will be awarded. The A-E services required will be for the development and preparation of a Basic Criteria Package (BCP) for a Host Nation (HN) project. The intent of the BCP is to develop and define U.S. Government requirements, life safety criteria, regulations, policies, functional features, operations needs, quality standards, and critical equipment data/criteria for the Government of Japan to design and construct facilities that are complete, functional, and fully useable. The anticipated start of the contract will be May 2009. 2. PROJECT INFORMATION. This contract requires A-E services for the development and preparation of a BCP for a Host Nation construction project to construct a two-story reinforced concrete main building with a total floor area of 322,800 SF (30,000 SM) on pile foundation. Additionally, this project will construct separate single-story reinforced concrete support buildings with a total floor area of 47,000 SF (4,370 SM) and 200 parking stalls. PROJECT IS LOCATED AT MARINGE CORPS AIR STATION, IWAKUNI, JAPAN. SITE VISITS AS WELL AS MEETINGS IN JAPAN ARE REQUIRED. Design criteria will normally be based on U.S. and DOD requirements, however, design deliverables must address local construction methods and materials that meet the intent of U.S. criteria in order to facilitate the use of local methods and materials. 3. SELECTION CRITERIA. The Selection criteria are listed below in descending order of importance. Criteria a through c are primary selection criteria and d and e are secondary criteria utilized as a tie-breaker among technically equal firms when required: a. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: 1) Knowledge and experience in preparing U.S. funded design drawings, specifications, and cost estimates for the repair, maintenance, and construction of facilities on U.S. military installations located in Japan. Include experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials (sustainable design) as appropriate. (Note: Provide a minimum of 2 but not more than 10 completed projects. Use a separate Section F for each project and clearly identify each project as being U.S. funded. Identify your companys role as prime or subcontractor for each completed project.) 2) Knowledge and experience in the Host Nation (HN) funded construction program, Facilities Improvement Program (FIP) or relocation projects, specifically, preparation of criteria packages for HN projects. Indicate whether the project was a BCP, CP, PCP, SACP, etc. (Note: Provide a minimum of 2 but not more than 5 completed projects. Use a separate Section F for each project and clearly identify each project as being HN funded. Do not include preparation of construction drawings done under a contract with the Japan Government, i.e., Defense Forces Administration Bureau. Clearly identify your companys role as prime or subcontractor for each project.) 3) Knowledge of DOD Antiterrorism Standards for Buildings and other facilities to perform antiterrorism/force protection assessments, analyses, and designs. 4) Knowledge and experience with Japanese design and construction practices, procedures, standards, criteria, and codes. 5) Conducting and facilitating design and planning charrettes to identify functional issues, to achieve consensus on project requirements, develop facility and site layouts, and develop schematic preliminary designs. (Note: Provide a minimum of 2 but not more than 5 sample charrette reports. Identify specific project information in Section H and provide sample charrette reports on a separate DVD.) 6) The firms design quality management plan to include: management approach, coordination 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/consultants. b. QUALIFIED PROFESSIONAL PERSONNEL: 1) Qualified professional personnel in the following disciplines: Project Manager (architect or engineer), Architecture, Civil Engineering, Communication Engineering, Electrical Engineering, Environmental Engineering, Fire Protection Engineering, Geotechnical/Foundation Engineering, Mechanical Engineering, Structural Engineering, and Surveying. The lead architect or engineer in each discipline must be registered in the appropriate professional field. The evaluation will consider education, certifications, training, registration, overall and relevant experience, and longevity with the firm. 2) Qualified personnel for other disciplines: Cost Engineering and Facilitator. The evaluation will consider education, certifications, training, registration, overall and relevant experience, and longevity with the firm. (Note: Resumes of key personnel shall be indicated in the SF330, Section E - RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT. Provide a minimum of 1 but not more than 2 individuals per discipline identified hereinbefore. Use a separate Section E for each individual. Clearly indicate key personnels qualifications in block 17 of each section E entry. Do not generalize professional certifications, provide specific information.) c. PAST PERFORMANCE ON DOD AND OTHER CONTRACTS WITH RESPECT TO COST CONTROL, QUALITY OF WORK, AND COMPLIANCE WITH PERFORMANCE SCHEDULES, AS DETERMINED FROM ACASS AND OTHER SOURCES: (Note: Past Performance Questionnaires (PPQ) can be used to provide or supplement a firms past performance with other than U.S. Governmental clients. Firms which choose to use the PPQ may obtain a PPQ standard form by submitting a request to the NA POC via email.) d. CAPACITY TO ACCOMPLISH THE WORK: 1) Ability to meet the schedule of the overall project and/or phases 2) Ability to accomplish multiple projects simultaneously. Provide examples of completing multiple projects simultaneously. e. GEOGRAPHIC PROXIMITY: Location of the firm in the general geographical area of Japan. 4. SUBMISSION REQUIREMENTS. Architect-Engineer firms that meet the requirements described in this announcement and conditions in FAR 5.202(a)(12) are invited to submit one copy of a current Standard Form 330 (SF330), Architect-Engineer Qualifications. Note that Part I of the SF330 presents a firms qualifications for the specific contract. Part II of the SF330 presents the general qualifications of the prime and each sub/consultant that is identified in column 9 of the SF330 Part I. Interested firms shall submit a separate Part II for each firm that will be part of the team proposed for the specific contract. If a firm has branch offices, submit a separate Part II for each branch office that has a key role on the team. Pertinent conditions in FAR 5.202(a)(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, including each and all partners of a joint venture, must submit documentation demonstrating registration, authorization, and capacity to perform in Japan, for example, an official copy (shuin, or copy with appropriate governments official red stamp/seal) 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/or other pertinent related services. Firms shall address each of the following items in Section H of SF330: above paragraph items 3a.2, 3a.3, 3c.1, 3c.2, 3d, 3e,. All documents related to an A-E firm's submission must be received no later than 2:00 PM, 24 April 2009 at the office specified in this NOP. Any submissions received after the above date and time may not be considered for evaluation. SUBMISSIONS VIA FACSIMILE, ELECTRONIC MESSAGE, OR OTHER ELECTRONIC MEANS WILL NOT BE ACCEPTED. Submissions shall be on paper media and in sealed envelopes or packages addressed to the office specified in this NOP and marked with the NOP number and name and address of the firm. Firms using commercial carriers should ensure that the proposal is marked on the outermost wrapper with the statement: This package must reach the office of the Contracting Division, Contracts Branch, Japan Engineer District, Camp Zama, Japan not later than 2:00 P.M. (Japan Standard Time), on 24 April 2009. 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. It is also in the firms interest to follow up with references used in the submission of past performance information and ensure that they send or fax completed questionnaires to the U.S. Army Corps of Engineers, Japan District Point of Contact indicated on the questionnaire by the due date and time specified in this NOP. Submissions may be hand-carried to the below address, however, use of the Japanese postal system or commercial carriers is encouraged. Submittals should be addressed to: U.S. Army Corps of Engineers, Japan District ATTN: Contracting Division, Contracts Branch (CEPOJ-CT-C) Building 250, Camp Zama Zama-shi, Kanagawa-ken, Japan 228-8920 Submissions shall not exceed 25 pages. Only numbered pages will be recognized and evaluated. Use fonts no smaller than 10-pitch. Do not repeat information from Sections A-G of the SF330 in Section H. For submissions that exceed 25 pages, only the first 25 pages may be considered for evaluation. Solicitation packages are not provided. This is not a request for proposal.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4f3e513eb20eb75bbd47e7fd0246a9db&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District - Japan Attn: CEPOJ - CT Unit 45010, APO AP<br />
Zip Code: 96338-5010<br />
 
Record
SN01778080-W 20090327/090325221226-4f3e513eb20eb75bbd47e7fd0246a9db (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.