Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2009 FBO #2776
SOLICITATION NOTICE

C -- Notice of Procurement - Indefinite Delivery Architect-Engineer Services Contracts for Planning and Design of Non-Military Construction (MILCON) Facilities and Related Work, Various Locations, Japan

Notice Date
7/1/2009
 
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-0023
 
Response Due
8/14/2009
 
Archive Date
10/13/2009
 
Point of Contact
Jesusa Labial, 01181464073884<br />
 
E-Mail Address
US Army Engineer District - Japan
(jesusa.g.labial@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE: ONLY LOCAL SOURCES WILL BE CONSIDERED UNDER THIS NOTICE OF PROCUREMENT (NOP). LOCAL SOURCES (e.g., COPORATIONS 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 PERFORM WORK IN JAPAN AND POSSESS NECESSARY LICENSES AND PERMITS TO PERFORM WORK REQUIRED UNDER THIS NOP. NA POC is MR. TAKENORI HOJO, Telephone: 046-407-5387; Email: takenori.hojo@usace.army.mil; Address: 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 96338-5010 1. CONTRACT INFORMATION. A-E services are required for up to four (4) Indefinite Delivery Contracts (IDC). Each contract will consist of a base period of twelve months and two (2) option periods of twelve months each. Each contract will have a maximum amount of $500,000 (or Japanese Yen equivalent) per period (base and two option periods) for a total maximum contract amount of $1,500,000 (or Japanese Yen equivalent). Services will be implemented through negotiated firm fixed price task orders. The contracts base period is one year from the contract award date and the option periods extend the contract by additional one-year periods. The option period may be exercised before expiration of the base period if the base periods capacity has been exhausted or nearly exhausted. The Government is not obligated to exercise the option periods. If the basic contract maximum amount (Japanese Yen equivalent of $500,000) is reached or nearly reached before the expiration of the basic contract, the Government reserves the right to award task orders in excess of the basic contract maximum amount. The Government will not exceed the total contract not-to-exceed amount of $1,500,000. In the event that the basic contract maximum amount is not reached before the expiration of the base period, the remaining balance will be carried over to the succeeding option period when exercised. 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 base period, and if exercised, not less than one percent (1%) of the stated maximum contract amount for each option period. The Government reserves the right to obtain updates to A-E Firms qualifications prior to issuance of the Request for Proposal (RFP). Should the Government determine that a firms qualifications has degraded significantly when compared to SF 330 submitted in response to this NOP, the respective A-E firm will be notified accordingly and the next most qualified firm will be queried for qualifications update. The Government is not obligated to award the maximum number of contracts stated herein. Each contractor will be afforded a fair opportunity to be considered for each task order in excess of $3,000. 2. PROJECT INFORMATION. Each Indefinite Delivery Contract requires Architect-Engineer services for U.S. funded design work including repair, maintenance, new construction, planning, engineering studies, site investigations, construction phase services, and other general engineering activities. Designs are normally be based on U.S. and DOD criteria, 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. See Note 24 for General Selection Process. The selection criteria listed below are in descending order of importance. Criteria a through d is considered primary selection criteria, and e and f are considered secondary selection criteria which are utilized as tie-breakers 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. Identify your companys role as prime or subcontractor for each completed project.) 2) Knowledge of DOD Antiterrorism Standards for Buildings and other facilities to perform antiterrorism/force protection assessments, analyses, and designs. 3) Knowledge and experience with Japanese design and construction practices, procedures, standards, criteria, and codes. 4) 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 information on separate DVD.) 5) 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. The following sub-criteria 1) and 2) are listed in descending order of importance: (Note: Resumes of key personnel shall be indicated in the SF330, Section E - RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT. Provide 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.) 1) Qualified personnel for design disciplines: Personnel shall have a professional license or practical experience in the following disciplines. The evaluation will consider education, certifications, training, registration, overall and relevant experience, and longevity with the firm. Architecture 1st Class Kenchikushi or U.S. Registered Architect Civil Engineering 1 Kyu Dobokusekoukanrigishi w/ RCCM certification or U.S. Registered Civil Engineer Structural Engineering 1st Class Kenchikushi or U.S. Registered Structural Engineer Mechanical Engineering 1st Class Kankouji Sekou Kanrigishi or U.S. Registered Mechanical Engineer Electrical Engineering 3rd Class Denki Shunin Gijutsusha or U.S. Registered Electrical Engineer Communication Engineering 3rd Class Denki Shunin Gijutsusha /Tsuushinkannkeishikakushou or U.S. Registered Communications Engineer Fire Protection Engineering 1st Class Kankouji Sekou Kanrigishi w/Fire Protection Certification or U.S. Registered Fire Protection Engineer Geotechnical Engineering 1 Kyu dobokusekoukanrigishi w/ RCCM doshitsu oyobi kiso certification or U.S. Registered Geotechnical Engineer Surveying Sokuryo shi or U.S. Registered Land Surveyor 2) Qualified personnel for other disciplines: Project Manager, Cost Engineer, and Facilitator. The evaluation will consider education, certifications, training, registration, overall and relevant experience, and longevity with the firm. c. PAST PERFORMANCE. 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. PROXIMITY: Geographic proximity of the firm in relation to the location of the project. The Government seeks to ensure that there will be at least one contractor available whose staff is physically located in the general geographical area where any given project may arise. Thus, where two or more firms are otherwise relatively equal with respect to selection criteria a d, above, preference will be given to a firm physically located in a geographical area where no other firm has been awarded a contract under this NOP. f. VOLUME OF WORK: 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. See Note 24 for general submission requirements. Architect-Engineer firms that meet the requirements described in this announcement are invited to submit one 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. 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. All documents related to an A-E firms submission must reach the office of the Contracting Division, Contracts Branch, Japan Engineer District, Camp Zama, Japan, no later than 4:00 P.M. (Japan Standard Time), on 14 August 2009. It is important to allow enough time for submissions to reach the above-specified office before the deadline. Any documents of the submission received after the above date and time may not be considered for contract award. SUBMISSIONS VIA FACSIMILE, ELECTRONIC MESSAGE, OR OTHER ELECTRONIC MEANS WILL 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 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 4:00 P.M. (Japan Standard Time), on 14 August 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 for past performance rating and ensure that they send or fax completed questionnaires to the U.S. Army Corps of Engineer 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 75 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. Firms that provide submissions that exceed 75 pages may have only the first 75 pages be considered. Solicitation packages are not provided. This is not a request for proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA79/W912HV-09-R-0023/listing.html)
 
Place of Performance
Address: US Army Engineer District - Japan Attn: CEPOJ - CT Unit 45010, APO AP<br />
Zip Code: 96338-5010<br />
 
Record
SN01864142-W 20090703/090702004141-e4600a89d3be4a9ff49d0ef7300c418d (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.