Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2009 FBO #2732
SOLICITATION NOTICE

C -- The IDIQ A-E Service Contract

Notice Date
5/18/2009
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 18 CONS - Kadena, Unit 5199, Kadena AB, APO Japan, 96368-5199
 
ZIP Code
96368-5199
 
Solicitation Number
FA5270-09-R-0020
 
Archive Date
7/2/2009
 
Point of Contact
Shinobu Yonaha, Phone: 1-81-611-734-1933, Junko J Yamashiro, Phone: 1-81-611-734-2374
 
E-Mail Address
shinobu.yonaha.jp@kadena.af.mil, junko.yamashiro.jp@kadena.af.mil
(shinobu.yonaha.jp@kadena.af.mil, junko.yamashiro.jp@kadena.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The Indefinite Delivery Indefinite Quantity (IDIQ) contract(s) for Architect -Engineer services are procured in accordance with the Brooks A-E Act as implemented in Federal Acquisition Regulation (FAR) Subpart 36.6. The multi-discipline projects will be performed throughout the Kadena Air Base, Okinawa, Japan and Bellows Air Force Station, Hawaii. The A-E firm(s) will be selected for negotiation based on demonstrated competence and qualification for the required work. The North American Industry Classification System (NAICS) Code for this acquisition is 541330. The Central Contractor Registration (CCR) is required. The anticipated work will included project design, studies, and proposal preparation that covers general facility and utility maintenance encompassing the full range of Title I (type A and B services), and Title II (type C services), elements for repairs, alterations and upgrades for various projects throughout Okinawa, Japan and Bellows Air Force Station, Hawaii. The work will normally be multi-disciplined to include a combination of architectural, interior design, asbestos and lead assessments, structural, landscape design, corrosion control, geo-technical, environmental, civil, mechanical, electrical, structural analysis and fire protection work. The significant evaluation factors to be used in the selection process are as follows, and are in descending order of importance; 1. Professional Qualifications (Note: Architecture 1st Class Kenchikushi or/and U.S. Registered Architect License is required); 2. Specialized Experience; 3. Workload Capacity; 4. Past Performance; 5. Geographic Proximity; 6. Electronic Format Capability i.e. AUTOCAD capability; 7. Equitable Distribution of Work. The contract will be awarded for one (1) Base Year with four (4) year Option periods. The basic contract period is one year from the contract award date. The Government is not obligated to exercise the option period. The minimum amount of individual Task order shall not be less than $5,000.00 or Japanese Yen equivalent. The yearly maximum shall not exceed a cumulative amount of $999,999.00 or Japanese Yen equivalent. The estimated fees for individual task orders will exceed $500,000.00 or Japanese Yen equivalent and to be performed in Japan shall be awarded to U.S. firm or to Joint Venture of United States and host nation firm in accordance with DFARS 236.602-70. The subcontracting plan is not required with this submittal. The contract may be issued up to one (1) year after selection approval. At the discretion of the Contracting Officer, One (1) or more IDIQ contract (s) will be awarded. The A-E firms desiring consideration, which meet the requirements, are invited to submit the Standard Form 330 Part I and II at no cost to the Government. The copy of DD Form 2631/ACASS and the letter of reference will not be counted in the total page number of 50 pages. Only firms that submit forms by the deadline date will be considered for review of qualifications. Failure to submit SF 330 Part I and II for the Prime and consulting firm/joint venture firm will render the submission unacceptable. Address to submit subject forms to: 18 CONS/LGCC, Attn: Shinobu Yonaha, Bldg 95, Kadena Air Base, Okinawa, Japan. Response to SF 330 forms are due no later than 17 Jun 09, 14:00PM (Japan Time). Electronic Submission is acceptable and highly encouraged. To be considered by the A-E selection board, firms must be licensed to perform work in the country of Japan. No further posting for this contract action will be made. This is not a Request For Proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/18CONS/FA5270-09-R-0020/listing.html)
 
Place of Performance
Address: 18 CONS/LGCC, UNIT 5199, BLDG 95, APO AP 96368, KADENA AB, OKINAWA, JAPAN, Kadena, Non-U.S., 96368-5199, Japan
 
Record
SN01821727-W 20090520/090518235655-8c5dc74de172d6ac0be1003581571661 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.