Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2010 FBO #3050
SOLICITATION NOTICE

C -- Preparation of Contracting Documents for a Design-Build (D-B) Contract for FY12 MCA PN 62783, SATCOM Renovation/Upgrade, Fort Buckner and Torii Station, Okinawa, Japan

Notice Date
3/30/2010
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Japan, Attn: CEPOJ - CT Unit 45010, APO, AP 96338-5010
 
ZIP Code
96338-5010
 
Solicitation Number
W912HV-10-R-0015
 
Response Due
4/30/2010
 
Archive Date
6/29/2010
 
Point of Contact
Norman Roldan, 098-970-9267
 
E-Mail Address
USACE District, Japan
(norman.roldan@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS ANNOUNCEMENT IS OPEN ONLY TO UNITED STATES FIRMS OR TO JOINT VENTURES OF UNITED STATES AND HOST NATION FIRMS. 1. CONTRACT INFORMATION. This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6 Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The Government reserves the right to obtain updates to A-E Firms qualifications prior to issuance of a Request for Proposal (RFP). Should the Government determine that a firms qualifications have degraded significantly when compared to SF 330 submitted in response to this notice, the respective A-E will be notified accordingly and the next most qualified firm will be queried for qualifications update. One (1) firm fixed-price contract for Architect-Engineer (A-E) services will be negotiated. The contract is anticipated to be awarded in August 2010. The Government will issue a Contractor Letter of Identification to the successful firm upon the A-E firms request after contract award. This letter entitles A-E personnel to enter into Japan to perform work under the contract. The successful firm and its subconsultants must also obtain all necessary country/base/installation security clearances and training for all personnel prior to entering Japan. To be eligible for contract award, the A-E firm 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 Information Center at 1-800-334-3414. 2. PROJECT INFORMATION. This contract requires A-E services to develop design-build request for proposal/scope of work (DB RFP/SOW) documents to construct a Consolidated Strategic Satellite Communications Earth Station (SATCOM) and Technical Control Facility (TCF) [42,000 SF] at Fort Buckner, Okinawa, Japan. The SATCOM/TCF facility includes space for operations and maintenance support areas, secure training areas, technical library, secure conference area, break area, storage area, loading docks, and antenna operating sites with cable trenches. This project also includes the construction of a standard design, medium Battalion Headquarters [16,400 SF]; one Company Operations Facility (COF) [4,990 SF]; and a Directorate of Information Management Facility [43,000 SF] all at Torii Station, Okinawa, Japan. The project will also require phasing, as the current facility on Fort Buckner (SATCOM) cannot cease operations until the new facility is operational. The project involves a multi-phased construction schedule in order to construct facilities on Torii Station first (that will allow personnel/equipment from Fort Buckner to relocate there) so construction can start for the SATCOM facility on Fort Buckner since the new SATCOM facility is on the site of the existing SATCOM facility. The estimated construction costs of the entire project is between $25,000,000 - $100,000,000. 3. SELECTION CRITERIA The Selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a-e are primary selection criteria, and criterion f is a secondary criterion which will only be used as a tie-breaker among firms that are essentially technically equal: a. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE 1) Knowledge and experience in preparing U.S. funded design-build request for proposal/scope of work documents, design analysis, design drawings, specifications and construction cost estimates for construction and maintenance/repair of facilities on U.S. military installations located in Japan. Include overall past experience in design and construction of SATCOM facilities, Radio Communications Systems, Data Centers, headquarters/operations facilities, and sustainable design and development features (such as but not limited to energy conservation, pollution prevention, waste reduction, and the use of recovered materials, etc) as appropriate. (Note: Provide a minimum of 2 but not more than 10 completed projects that demonstrate this experience. 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 with Army Installation Information Infrastructure Architecture (I3A) Policy guide for design, DOD Telecommunications And Defense Switched Network Security Technical Implementation Guide,, Technical Guide For The Integration Of Secret Internet Protocol Router Network (SIPRNET), Installation Information Infrastructure Modernization Program (I3MP) Guide for Facilities Requirements of Core Communications Nodes and related construction practices, procedures, standards, criteria, and codes. 3) Knowledge and experience with the U.S. Green Building Council (USGBC) Green Building practices/principles, Leadership in Energy and Environmental Design (LEED) certification requirements, references, documentation and process, Energy Policy Act of 2005 (EPAct 2005) and Energy Independence and Security Act of 2007 (EISA 2007). 4) Knowledge and experience of DOD Antiterrorism Standards for Buildings (UFC 4-010-01), guidelines for Military Police Physical Security (Army Regulation 19016) and Department of the Army Information Security Program (Army Regulation 3805) and performance of antiterrorism/force protection assessments (including blast analysis capability), related analyses and designs. 5) Knowledge and experience with Japanese design and construction practices, procedures, standards, criteria, and codes. 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. The effectiveness of the proposed project team (including management structure; coordination of disciplines, offices and/or subcontractors; and prior working relationships) will also be examined. 7) 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. b. PROFESSIONAL QUALIFICATIONS 1) Qualified professional personnel in the following disciplines: Project Manager (architect or engineer), Architecture, Civil Engineering, Communications Engineering, Electrical Engineering, Environmental Engineering, Fire Protection Engineering, Geotechnical/Foundation Engineering, Mechanical Engineering, Structural Engineering, Surveying and LEED accredited professional (LEED-AP). The lead architect or engineer in each discipline must be registered in the appropriate professional field. All design professionals shall have current professional registration to practice in the United States or Japan. This project also requires specifically U.S. Professional Registration for Structural Engineering, Fire Protection Engineering, Electrical Engineering and Communications Engineering due to the unique design and construction requirements. The evaluation will consider education, certifications, training, registration, overall and relevant experience, and longevity with the firm. The registration credentials listed in Table 1 at the end of this announcement are considered acceptable for Japanese professional registration for the disciplines indicated. 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 WILL BE CONSIDERED. (Note: Past Performance Questionnaires (PPQ) can be used to provide or supplement a firms past performance with other than U.S. Government clients. Firms which choose to use the PPQ may obtain a PPQ standard form by submitting a request via email to the POC.below.) 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 and managing surges of workload simultaneously. Provide examples of completing multiple projects and managing surges of workload simultaneously. e. KNOWLEDGE OF LOCALITY: Knowledge of geological features, climatic conditions or local construction methods that are unusual or unique to the project location. f. 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 are invited to submit one (1) copy of Standard Form 330 Part I, Architect-Engineer Qualifications, Contract-Specific Qualifications. Interested firms shall submit a separate SF 330, Part I for the prime A-E and all subs/consultants. Firms shall include the following additional information in Section H of the form: a) Describe the firm's design quality management plan, including coordination of subs/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 specify whether you are submitting as a prime with subs/consultants or as a joint venture. Architect-Engineer firms that meet the requirements described in this announcement must also submit one (1) copy of Standard Form 330 Part II, Architect-Engineer Qualifications, General Qualifications. Interested firms shall submit a separate SF 330, Part II for the prime A-E and all subs/consultants. The submittals 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 the Response 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 envelopes 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 commercial 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: Contracting Division, Contracts Branch (CEPOJ-CT-C) Building 250, Camp Zama Zama-shi, Kanagawa-ken, Japan 228-8920. Submissions shall not exceed 50 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 50 pages, only the first 50 pages may be considered for evaluation. Solicitation packages are not provided. This is not a request for proposal. POC is Patrick W. Naher, Phone: US 011-81-46-407-8121 or Japan 046-407-8121, Email: Patrick.W.Naher@usace.army.mil, ATTN: Architect-Engineer Contracts Section (CEPOJ-EC-ET) Room 213, Building 250, Camp Zama APO AP 96338-5010 Table 1. Acceptable Japanese Professional Registration Credentials: Architect: (Japanese Registration: First Class Architect - i-kyu kenchikushi) Civil Engineer: (Japanese Registration: First Class Civil Engineering Works Execution Managing Engineer w/ Registered Civil Engineering Consulting Manager certification i-kyu dobokusekoukanrigishi w/ Civil Consulting Manager certification) Geotechnical/Foundation Engineer: (Japanese Registration: First Class Civil Engineering Works Execution Managing Engineer w/ RCCM Geotechnical Field Certification - i-kyu dobokkusekoukanrigishi w/ RCCM doshitsu oyobi kiso certification) Mechanical Engineer: (Japanese Registration: First Class Piping Works Execution Managing Engineer - i-kyu kankoujisekoukanrigishi) Surveyor: (Japanese Registration: Surveyor sokuryoshi)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA79/W912HV-10-R-0015/listing.html)
 
Place of Performance
Address: USACE District, Japan Attn: CEPOJ - CT Unit 45010, APO AP
Zip Code: 96338-5010
 
Record
SN02107758-W 20100401/100331000304-47511984a471ef04c0bc86b094a407c0 (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.