Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2004 FBO #0902
MODIFICATION

C -- Architect Engineer Services

Notice Date
5/14/2004
 
Notice Type
Modification
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 374 CONS, Unit 5228, Yokota AB, APO Japan, ., 96328-5228
 
ZIP Code
96328-5228
 
Solicitation Number
Reference-Number-FA5209-04-R-7000
 
Response Due
5/20/2004
 
Archive Date
5/15/2004
 
Point of Contact
Chiyonori Shimizu, Contract Specialist, Phone 81-42-552-3495, Fax 81-42-552-9846,
 
E-Mail Address
chiyonori.shimizu@yokota.af.mil
 
Description
Multidiscipline design and other professional services procured in accordance with Federal Acquisition Regulation (FAR) Part 36 and it?s supplements are required to support primarily the 374th Civil Engineer Squadron (374th CES) Yokota Air Base, Japan. The North American Industry Classification System (NAICS) Code for this acquisition is: 541330, Engineer Services, which corresponds to SIC Code 8711. The requirement at FAR 52.204-704, Required Central Contractor Registration (CCR) applies. The CCR web site may be accessed at http:/www.ccr.gov. Interested parties must submit an expression of interest in accordance with the instructions in this announcement: This solicitation is unrestricted. One or more contracts will be awarded from responses to this announcement. The contract will be an Indefinite Delivery, Indefinite Quantity (IDIQ) Contract consisting of a one-year base period from date of award with the Government option to extend the contract up to an additional four (4) years in two (2) year increments. The contract will not exceed a total of five (5) years. The contract will establish a guaranteed minimum fee of $15,000 for the life of the contract and a maximum fee of $10,000,000 for the life of the contract if all extensions are exercised (or the Japanese Yen equivalent). Work may include project design, inspection, studies, and proposal preparation that covers general facility and utility maintenance that encompasses the full range of Title I (Design Services, Type A and B), Title II (Construction and Inspection Services), and Title III (Other Professional Services, Investigation and Studies) Services but not limited to the construction of new facilities, replacement, repair, alteration, upgrade, and/or renovation for various projects throughout the 374th CES theater of operations in Japan. Projects outside the primary area of responsibility may be added upon approval of all parties. Task Orders (TO) will normally be multidiscipline to include a combination of architectural, interior design, asbestos and toxic waste abatement, structural, landscape design, civil, corrosion control, geo-technical, environmental, mechanical, electrical, and fire protection work. All work must be performed by or under the direct supervision of licensed professional architects or engineers. To be considered to for award, firms must be licensed to perform work in the country of Japan. Furthermore, due to the requirements of Section 111 of Pub. L. 104-32 and in accordance with DFARS 236.602-70, interested host nation firms are encouraged to form joint ventures with United States firms to be eligible for award of task orders associated with these requirements. Significant evaluation factors in descending order of importance are: 1. Professional Qualifications: Include key personnel for the following disciplines; project management, architectural, interior design, asbestos and hazardous/toxic waste abatement, structural, landscaping, civil, corrosion control, geo-technical, environmental, mechanical, electrical, fire protection work, cost estimating, and certified hygienist; 2. Leadership Competency: Demonstrate availability of experienced key personnel listed in factor one; 3. Availability and Local Familiarity: Geographical location of the firm to the worksite and demonstrated knowledge of the project locality; 4. Organizational Competency: Specialized experience, technical competence, and management experience. Firms must demonstrate adequate team capacity to proceed with work and accomplish it in a timely manner once a notice-to-proceed (NTP) is issued; 5. Past Performance: Demonstrate past performance on prior Government and private contracts in terms of cost control, quality of work, compliance with performance schedules, experience with seismic conditions common to Japan, and capabilities to address the identification and quantification of asbestos and other hazardous and toxic waste materials; 6. Electronic Format Capability: The firm must provide evidence that the firm has adequate hardware and/or supporting software to meet the requirements. Firms must state a willingness to update software and equipment as required throughout the duration of the contract; 7. Volume of Department of Defense (DOD) Contracts Awarded: Work previously awarded to the firm by the DOD will be reviewed with the objective of effecting equitable distribution of work among qualified Architect-Engineer (A-E) firms. A-E firms which meet the requirements described in this announcement and wish to be considered must submit one (1) copy each of the Standard Form 254 and 255, Architect-Engineer and Related Services Questionnaires for the firm or joint venture and SF 254 for each subcontractor. Information shall not be incorporated by reference into the Standard Form 254 and 255 and shall not exceed 20 pages in total. Unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete effective response to this announcement are not desired. Address and mail the submission to: 374 CONS/LGCB, Attn: Mr. Chiyonori Shimizu, Unit 5228 Bldg 620, Yokota Air Base, Tokyo, Japan. Responses to this announcement are physically due to this office at the address indicated no later than 2:00 PM (Japanese Standard Time) on 30 April 2004. Responses physically received after this date and time will not be considered even if the Post Office has posted the response before the above time and date. No further posting or general notification to firms under consideration for this project will be made. This is not a request for proposal (RFP).
 
Place of Performance
Address: 374 Contracting Squadron/LGCB, Yokota Air Base, APO AP 96328-5228, (Fussa-shi, Tokyo 197-0001 Japan),
Zip Code: 96328
Country: Japan
 
Record
SN00586352-W 20040516/040514212203 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.