Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2010 FBO #3135
SOLICITATION NOTICE

C -- Notice of Procurement - Design of Health and Physical Training Center, Misawa Air Base, Japan

Notice Date
6/23/2010
 
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-0020
 
Response Due
7/23/2010
 
Archive Date
9/21/2010
 
Point of Contact
Jesusa Labial, 01181464073884
 
E-Mail Address
USACE District, Japan
(jesusa.g.labial@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. One (1) firm fixed-price contract for Architect-Engineer (A-E) services will be negotiated. The contract is anticipated to be awarded in October 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 provide design documents for a new Health and Physical Training Center at Misawa AFB, Japan. The contract includes construction of a fitness center complex that includes a 10,009 Square Meter (SM) building, a 50-m indoor swimming pool (2,332 SM), an outdoor running track, an outdoor artificial turf football field, and an outdoor grass soccer field. The building will include a Health and Wellness Center (HAWC), visitor and spectator spaces, administrative areas, classrooms, support areas, locker rooms, gymnasium, group exercise areas, stretching areas, cardiovascular areas, free weight areas, fitness assessment rooms, indoor running track, and racquetball courts. Work includes all required documents to raise a standalone facility, including site preparation, foundation, concrete floors, concrete walls, landscaping, utilities, ATFP Physical Security Measures, pavements, communication systems, and all associated demolition. This project will comply with DoD ATFP requirements per Unified Facility Criteria. The facilities will support year-round unit and individual physical fitness programs to support and improve the fitness of base personnel and their families. Information provided to the selected A-E from which to develop design documents will include a completed DD1391 and planning phase documents (Requirements Document) which includes programming level cost estimates, site location and parametric floor plans. The estimated construction cost of this project is between $25,000,000 and $100,000,000. THE PROJECT IS LOCATED AT MISAWA AIR BASE, 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 (first by major criterion and then by each sub-criterion). Criteria a through d are primary selection criteria, and e and f are secondary and 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 drawings, specifications, cost estimates, design analyses and studies for the repair/renovation, maintenance, and new construction of facilities on U.S. military installations. Experience in the preparation of design documents leading to the new construction or repair/renovation of Health and Physical Training Center facilities is highly desirable. (Note: Provide a minimum of two but not more than seven completed projects. Use a separate Section F for each project and clearly identify the companys role as prime or subcontractor for each completed project.) 2) Knowledge and experience with DoD design standards and criteria (including UFCs, MIL Handbooks, UFGS etc.) 3) Knowledge and experience with Japanese design and construction practices, materials, procedures, standards, criteria and codes. 4) 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. 5) Knowledge of sustainable design and development (SDD) practices including experience with implementation of federal mandates (including, but not limited to, EPAct 2005, EISA 2007, E.O. 13423, E.O. 13514), LEED documentation and LEED certification procedures and energy modeling analysis. Including at least one LEED Accredited Professional (AP) on the design team is highly desirable. The LEED AP may be a team member responsible for a design discipline but this person shall be the single point of contact for the government for SDD matters and shall be responsible for all SDD documentation of the contract. 6) Conducting and facilitating design charrettes to identify functional issues, achieve consensus on project requirements, develop facility and site layouts and develop schematic preliminary designs. b. PROFESSIONAL QUALIFICATIONS. Resumes of key personnel shall be indicated in 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 below. 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 but provide specific information. 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 SDD accredited professional. 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. The evaluation will consider education, certifications, training, registration, overall and relevant experience, and longevity with the firm. A list of acceptable Japanese registration credentials can be requested by contacting the POC listed at the end of this solicitation. 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. 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 below referenced POC via email.) d. CAPACITY TO ACCOMPLISH THE WORK: Ability of the firm to meet project requirements in the allotted timeframe and availability of key personnel and disciplines to execute the work. e. GEOGRAPHIC PROXIMITY: Location of the firm in the general geographical area of Japan. f. VOLUME OF DOD CONTRACTS: Volume of work awarded to the firm in the last 12 months with the object of effecting an equitable distribution of DoD A-E contracts among qualified firms. 4. SUBMISSION REQUIREMENTS. Architect-Engineer firms that meet the requirements described in this announcement are invited to submit one copy of: (1) Standard Form 330 Part I (section A through I), Architect-Engineer Qualifications, Contract-Specific Qualifications for the proposed design team and (2) Standard Form 330 Part II, Architect-Engineer Qualifications, General Qualifications (the prime A-E and all proposed sub-consultants must submit current SF 330 Part II). The submittals must reach the below specified office not later than 2:00 PM (Japan Standard Time) by the Response date shown above on this announcement. It is important to allow enough time for submissions to reach the below 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 below, and (ii) show 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 submit 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 Mr. Michael D. Lau, Phone: US 011-81-46-407-5057 or Japan 046-407-5057, Email: michael.d.lau@usace.army.mil, Architect-Engineer Contracting Team (CEPOJ-EC-ET).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA79/W912HV-10-R-0020/listing.html)
 
Place of Performance
Address: USACE District, Japan Attn: CEPOJ - CT Unit 45010, APO AP
Zip Code: 96338-5010
 
Record
SN02186787-W 20100625/100623235803-8c90a29e91cec35fd68b87250b69981b (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.