Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2011 FBO #3497
SOLICITATION NOTICE

C -- Notice Of Procurement (NOP) - A-E Services, Tactical Equipment Maintenance Facility, Sagami General Depot, Japan

Notice Date
6/20/2011
 
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-11-R-0015
 
Response Due
7/18/2011
 
Archive Date
9/16/2011
 
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
1. CONTRACT INFORMATION. This contract is being procured in accordance with the Brooks Architect-Engineer (A-E) Act as implemented in Federal Acquisition Regulation (FAR) Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The contract will be awarded only to United States firms or to Joint Ventures of United States and Host Nation firms. The Government reserves the right to obtain updates to A-E Firms qualifications prior to issuance of a Request for Proposal (RFP). The prime A-E firm must obtain the Contracting Officer's consent to change any subcontractors that were identified during selection and negotiation. The Contracting Officer may refer the qualifications of any new subcontractor to the original selection board (to the extent that these individuals are available) for evaluation. One (1) firm fixed-price contract for A-E services will be negotiated. The contract is anticipated to be awarded in July 2011. The A-E services required will be for the development of plans and specifications for a new Tactical Equipment Maintenance Facility (TEMF). The anticipated start of the contract will be September 2011, with design completion within approximately 9 months. The Government will issue a Contractor Letter of Identification to the successful firm upon the A-E firm's 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 sub consultants 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 Department of Defense (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 Tactical Equipment Maintenance Facility at Sagami General Depot, Japan. Project includes one small vehicle maintenance facility, tactical / organizational vehicle parking, organizational storage, petroleum storage, hazardous waste storage, information systems, fire protection and alarm systems, Intrusion Detection System (IDS) installation, and Energy Monitoring and Control Systems (EMCS) connection. This project will also include construction of a vehicle wash facility with package industrial wastewater treatment system and water recycling system, water storage tank, closed circuit television system (CCTV), public address (PA) system, and mass notification system will be installed. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be provided. Supporting facilities include site development, utilities and connections, lighting, paving, parking, walks, curbs and gutters, storm drainage, underground detention vaults, information systems, landscaping and signage, oil / water separator and diesel driven fire pump with aboveground fuel storage tanks. Special foundation will be required for this project. Project includes relocation and / or extension of water distribution lines and sanitary and storm drainage. Demolish existing field light tower, fencing, and dugouts. Accessibility for individuals with disabilities will be provided. Measures in accordance with the DoD Minimum Antiterrorism for Buildings standards will be provided. Comprehensive building and furnishings related interior design services are required. Heating and air conditioning will be provided by self contained units. Air Conditioning (Estimated 60 Tons). The estimated construction cost of this project is between $15,000,000 and $20,000,000. THE PROJECT IS LOCATED AT SAGAMI GENERAL DEPOT, 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 in accordance with DoD design standards and criteria (including UFCs, MIL Handbooks, UFGS etc). Experience in the preparation of design documents leading to the new construction or repair / renovation of Tactical Equipment Maintenance facilities is highly desirable. (Note: Provide a minimum of two but not more than five completed projects. Use a separate Section F for each project and clearly identify the company's 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 firm's 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. 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, and E.O. 13514), Leadership in Engineering and Environmental Design (LEED) documentation, and LEED certification procedures. The A/E team shall contain at least one LEED Accredited Professional (AP) that has worked on a minimum of two projects seeking LEED certification that were similar in size and/or scope to this project. 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. Experience with building energy model analysis to ensure that the renovated facility meets the energy reduction targets per Unified Facilities Criteria (UFC) 3-400-1 and EPAct 2005. The team shall have a member that has produced building energy model analyses for a minimum of two projects. 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 personnel's 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 Point of Contact (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 Architect-Engineer Contract Administration Support System (ACASS) and other sources. (Note: Past Performance Questionnaires (PPQ) can be used to provide or supplement a firm's 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 (1) hardcopy and four (4) CDs of: (1) Standard Form 330 Part 1 (section A through I), Architect-Engineer Qualifications, Contract-Specific Qualifications, and (2) Standard Form 330 Part II, Architect-Engineer Qualifications, General Qualifications (the prime AE and all proposed sub-consultants must submit current SF330 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. Point of Contact(s): Takashi Horiuchi E-MAIL takashi.horiuchi@usace.army.mil TEL 011-81-46-252-0994
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA79/W912HV-11-R-0015/listing.html)
 
Place of Performance
Address: USACE District, Japan Attn: CEPOJ - CT Unit 45010, APO AP
Zip Code: 96338-5010
 
Record
SN02477719-W 20110622/110620235307-a0f0b1580c8102bd7e39cb382aa27e54 (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.