Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2010 FBO #3156
MODIFICATION

C -- Revision to Synopsis - Notice of Procurement for Indefinite Delivery Architect-Engineer Services Contracts for Planning and Design of Miscellaneous US Funded Facilities and Related Work, Various Locations, Japan

Notice Date
7/14/2010
 
Notice Type
Modification/Amendment
 
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-0018
 
Response Due
7/30/2010
 
Archive Date
9/28/2010
 
Point of Contact
Takashi Horiuchi, 046-252-0994
 
E-Mail Address
USACE District, Japan
(Takashi.Horiuchi@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis is hereby revised to read as follows. 1. CONTRACT INFORMATION. AE services are required for multiple Indefinite Delivery Contracts (IDC). Each contract will have a maximum amount of $ 2.4 million for the basic contract with four (4) one-year option periods, each option period with a maximum amount of $2.4 million, for a total maximum contract amount of $12.0 million. Services will be implemented through negotiated firm-fixed-price task orders that may be issued up to the maximum contract amount. The basic contract period is one year from the contract award date and each option period extends the contract by an additional one-year period. Option periods may be exercised before one year expires if the basic contract or option periods previously awarded have been exhausted or nearly exhausted. The Government is not obligated to exercise the option periods. 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 basic contract, and if exercised, not less than one percent (1%) of the stated maximum contract amount for each of the option periods. Requests for Proposals (RFPs) are anticipated to be issued to qualified firm(s) within eight (8) months after selections are made. The government reserves the right to obtain updates to A-E Firms qualifications prior to issuance of RFP. THE CONTRACTS WILL BE AWARDED ONLY TO UNITED STATES FIRMS OR TO JOINT VENTURES OF UNITED STATES AND HOST NATION FIRMS. To be eligible for contract award, United States firms 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. Multiple contracts will be awarded for the same services. Each contractor will be afforded a fair opportunity to be considered for each task order. The Contracting Officer will consider the following factors when awarding a task order: specialized experience, performance and quality of previously submitted deliverables under the contract, current capacity to accomplish the work in the required time, equitable distribution of work among IDC holders and other relevant factors. The Government may issue a Letter of Identification to the contractor upon request after issuance of task orders. The Letter of Identification entitles contractor personnel to enter into Japan to perform work on task orders issued under the contract. 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. It is anticipated that a significant portion of the work awarded under these contracts will be for design of new construction and/or renovation of Department of Defense Education Authority (DODEA) facilities in Japan. PROJECTS ARE LOCATED ON U.S. MILITARY INSTALLATIONS THROUGHOUT JAPAN. FREQUENT SITE VISITS AS WELL AS MEETINGS IN JAPAN MAY BE 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. Work and deliverables may also include feasibility studies, facility assessments, engineering studies, environmental studies, cost analyses, formulation of facility sustainment programs, general investigation and design activities in support of DoDEA and regulatory compliance, surveying and mapping, topographic and boundary surveys, geotechnical services, GIS modeling, CADD/BIM produced plans (AutoDesk Suite of Softwares is required), specifications prepared utilizing Specsintact (Government furnished software), construction cost estimates prepared utilizing Excel Spreadsheets (government furnished), design analysis, weekly status reports, value engineering, submittal and shop drawing review, construction management support, and school standards development and maintenance using BIM. Design considerations may include master planning, landscaping, architectural evaluations, hardware, electronic and communications systems, AT/FP compliance, coordination for ordnance and/or explosives investigations, environmental and EPA regulatory considerations for storm water and site drainage pollution prevention plans, AHERA asbestos abatement, and construction site requirements. Electronic files are required to be provided on CD or DVD. Materials and sites to be investigated may contain Asbestos, Lead Based Paint, CFC's, PCB's, Radiological Waste, UST's, OE, or any other related HTRW/Environmental Material on potentially contaminated sites. Some work may require attending public meetings, and coordinating with Federal, State, and Local regulatory agencies. 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 and studies for the repair/renovation, maintenance, and construction of facilities on U.S. military installations. Include relevant experience with DoD design standards and criteria. Particular attention should be made to area architecture and infrastructure at military installations, utility systems, landscaping, interior design, value engineering, and environmental issues. Recent (within the last 3 years) and significant experience in the design of facilities for DoDEA, or public school systems (elementary, middle, and high school); Experience in DoDEA-Pacific is preferred and will be given more weight during evaluation. (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 Japanese design and construction practices, materials, procedures, standards, criteria and codes. 3) The firms design Quality Management Plan to include: management approach, coordination of disciplines and subs/consultants, quality control procedures (including procedures for performing project-specific quality control plans, detailed checks, independent technical reviews) and prior working experiences of the prime firm and any significant subs/consultants. 4) 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. 5) Demonstrate the ability to prepare designs and submit drawings and Building Information Models (BIM) in the AutoDesk Suite of softwares utilizing of AutoCAD and REVIT and/or Microstation. Firms shall identify what software versions they are currently utilizing and provide a short history of the firms adoption and use of BIM. History should include timeline and projects executed with BIM as well as narrative information. 6) Demonstrate the ability to prepare construction cost estimates using Excel Spreadsheets. 7) Demonstrate the ability to prepare specifications using Government furnished programs such as Specsintact; 8) Conduct and facilitate design and planning 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. 1) Indefinite delivery contracts will require for each A-E contractor (either in-house or through a consultant) as a minimum, the following: Three (3) Registered Architects, One (1) Certified Landscape Architect, One (1) Architectural Hardware Specialist (DHI Certified), One (1) Certified Interior Designer, Two (2) Two registered Electrical Engineers, One (1) Systems Engineer specializing in Communications (RCDD Required), Two (2) Registered Mechanical Engineers, Three (3) Registered Civil Engineers, One (1) Registered Geo-Tech Engineer specializing in geo-technical analysis and reporting, a certified soil boring and testing firm, Two (2) Registered Structural Engineers, One (1) Registered Fire Protection Engineer, One (1) Registered Environmental Engineer, A Certified Environmental Testing Lab, One (1) Certified Value Engineer, Two (2) Certified Cost Estimators or Cost Engineers, One (1) Qualified Facilitator One (1) registered Surveyor as well as survey crew personnel, One (1) Qualified Acoustic Consultant. (Qualified means a professional degree with demonstrated experience. The evaluation will consider education, training, registration, overall and relevant experience, and longevity with the firm.), One (1) Qualified Food Service Consultant, 2) Qualified/Certified personnel for Cost Engineering, Value Engineer, Acquostical Consultant, Food Service Consultant, and Facilitator will be evaluated based on 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. Depending on project schedules, firms may need to accomplish multiple projects concurrently. e. GEOGRAPHIC PROXIMITY: Location of the firm in the general geographical area of Japan. Firms must demonstrate familiarity and ability to execute design projects in 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 (1) hard copy and four (4) CDs of: (1) Standard Form 330 Part I (section A through I), Architect-Engineer Qualifications, Contract-Specific Qualifications for the prime A-E and all proposed sub-consultants, 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 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 252-8511 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. For submissions that exceed 75 pages, only the first 75 pages may be considered for evaluation. Solicitation packages are not provided. This is not a request for proposal. POC is 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 Section (CEPOJ-EC-ET).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA79/W912HV-10-R-0018/listing.html)
 
Place of Performance
Address: USACE District, Japan Attn: CEPOJ - CT Unit 45010, APO AP
Zip Code: 96338-5010
 
Record
SN02206338-W 20100716/100714235656-8500486f98832fba9c0abb5d279a3328 (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.