Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 16, 2006 FBO #1846
SOLICITATION NOTICE

C -- Notice of Procurement for Indefinite Delivery Architect-Engineer Services Contracts for Preparation of Criteria Documents for Host Nation Projects and Related Work, Various Locations, Japan

Notice Date
12/14/2006
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
US Army Engineer District - Japan, Attn: CEPOJ - CT Unit 45010, APO, AP 96338-5010
 
ZIP Code
96338-5010
 
Solicitation Number
W912HV-07-R-0005
 
Response Due
2/2/2007
 
Archive Date
4/3/2007
 
Small Business Set-Aside
N/A
 
Description
SOLICITATION FOR LOCAL SOURCES ONLY. This contract will be performed in its entirety in the country of Japan and is intended only for local sources [(see Federal Acquisition Regulation 5.202(a)(12)]. NA POC IS MR. GEORGE CHAN, PHONE: 046-407-8121, EMAIL: GEORGE.C.CHAN@USACE.ARMY.MIL, DEPARTMENT OF THE ARMY, U.S. ARMY ENGINEERS DISTRICT, JAPAN ATTN: ARCHITECT-ENGINEER CONTRACTS SECTION (CEPOJ-EC-ET) ROOM 213, BUILDING 250, CAMP ZAMA APO AP 96338-5010. 1. CONTRACT INFORMATION. UP TO EIGHT (8) SOLICI TATIONS ARE COVERED BY THIS NOTICE OF PROCUREMENT (NOP). THE JAPAN ENGINEER DISTRICT (JED) WILL AWARD UP TO EIGHT INDEFINITE DELIVERY CONTRACTS (IDC) TO DIFFERENT FIRMS UNDER THIS NOP. EACH IDC WILL BE FOR A MAXIMUM YEN AMOUNT EQUIVALENT OF $250,000 FOR THE BASIC CONTRACT WITH ONE ONE-YEAR OPTION, EACH FOR A MAXIMUM AMOUNT OF $250,000. SERVICES WILL BE IMPLEMENTED THROUGH NEGOTIATED FIRM FIXED PRICE TASK ORDERS THAT MAY BE ISSUED UP TO THE MAXIMUM CONTRACT YEN AMOUNT EQUIVALENT TO $250,000. THE BASIC CO NTRACT PERIOD IS ONE YEAR FROM THE CONTRACT AWARD DATE AND THE OPTION PERIOD EXTENDS THE CONTRACT BY AN ADDITIONAL ONE-YEAR PERIOD. THE OPTION YEAR MAY BE EXERCISED BEFORE THE BASIC YEAR EXPIRES IF THE BASIC CONTRACT HAS BEEN EXHAUSTED OR NEARLY EXHAUSTED . IF THE BASIC CONTRACT MAXIMUM AMOUNT (YEN EQUIVALENT OF $250,000) IS REACHED OR NEARLY REACHED BEFORE THE EXPIRATION OF THE BASIC CONTRACT, THE GOVERNMENT RESERVES THE RIGHT TO AWARD TASK ORDERS IN EXCESS OF THE BASIC CONTRACT MAXIMUM AMOUNT, PROVIDED THE GOVERNMENT EXERCISES THE OPTION YEAR. HOWEVER, THE GOVERNMENT WILL NOT EXCEED THE TOTAL CONTRACT NOT-TO-EXCEED AMOUNT OF $500,000. IN THE EVENT THAT THE BASIC CONTRACT MAXIMUM AMOUNT IS NOT REACHED BEFORE THE EXPIRATION OF THE BASIC PERIOD OR WHEN T HE OPTION IS EXERCISED, THE REMAINING BALANCE WILL BE CARRIED OVER AND ADDED TO THE MAXIMUM AMOUNT OF THE OPTION YEAR WHEN EXERCISED. HOWEVER, THE GOVERNMENT WILL NOT EXCEED THE TOTAL CONTRACT NOT-TO-EXCEED AMOUNT OF $500,000. THE GOVERNMENT IS NOT OBLIG ATED TO EXERCISE THE OPTION. THE CONTRACTS WILL REQUIRE THE GOVERNMENT TO ORDER SERVICES PRICED AT NOT LESS THAN TWO PERCENT (2%) OF THE STATED MAXIMUM CONTRACT AMOUNT FOR THE BASE YEAR AND NOT LESS THAN ONE PERCENT (1%) OF THE STATED MAXIMUM CONTRACT AMO UNT FOR THE OPTION YEAR. AFTER SELECTIONS ARE MADE, THE GOVERNMENT WILL ISSUE REQUEST FOR PROPOSALS TO QUALIFIED LOCAL SOURCES WITHIN 8 MONTHS. THE GOVERNMENT RESERVES THE RIGHT TO OBTAIN UPDATES TO A-E FIRMS QUALIFICATIONS PRIOR TO ISSUANCE OF RFP. SHO ULD THE GOVERNMENT DETERMINE THAT A FIRMS QUALIFICATIONS HAS DEGRADED SIGNIFICANTLY WHEN COMPARED TO SF 330 SUBMITTED IN RESPONSE TO THIS NOP, THE RESPECTIVE A-E WILL BE NOTIFIED ACCORDINGLY AND THE NEXT MOST QUALIFIED FIRM WILL BE QUERIED FOR QUALIFICATI ONS UPDATE. THE GOVERNMENT IS NOT OBLIGATED TO AWARD THE MAXIMUM NUMBER OF CONTRACTS STATED HEREIN. ONLY LOCAL SOURCES WILL BE CONSIDERED UNDER THIS SOLICITATION. LOCAL SOURCES ARE SOURCES (E.G., CORPORATIONS OR PARTNERSHIPS) THAT ARE PHYSICALLY LOCATED IN JAPAN AND AUTHORIZED (I.E., LICENSED AND REGISTERED) TO PERFORM IN JAPAN, THE TYPE OF WORK SPECIFIED IN THIS SOLICITATION. SPECIFICALLY, A PROSPECTIVE OFFEROR MUST BE DULY AUTHORIZED TO OPERATE AND CONDUCT BUSINESS IN JAPAN AND MUST FULLY COMPLY WITH A LL LAWS, DECREES, LABOR STANDARDS, AND REGULATIONS OF JAPAN DURING THE PERFORMANCE OF THE RESULTING CONTRACTS. IN ADDITION, PRIOR TO AWARD OF THE CONTRACTS, OFFERORS MUST BE REGISTERED WITH THE GOVERNMENT OF JAPAN TO CONDUCT BUSINESS IN JAPAN AND POSSESS NECESSARY DOCUMENTATION TO PERFORM WORK REQUIRED UNDER THIS SOLICITATION. THE U.S. GOVERNMENT WILL NOT OFFER UNITED STATES OFFICIAL CONTRACTOR STATUS UNDER ARTICLE XIV OF THE US-JAPAN STATUS OF FORCES AGREEMENT (SOFA) TO U.S. CONTRACTORS NORMALLY RESID ENT IN THE UNITED STATES; NOR WILL THE U.S. GOVERNMENT CERTIFY EMPLOYEES OF SUCH CONTRACTORS AS MEMBERS OF THE CIVILIAN COMPONENT UNDER ARTICLE I(b) OF THE SO FA. Up to eight contracts will be awarded for the same services. In addition, ten or more existing contracts for the same services already exist. Each contractor will be afforded a fair opportunity to be considered for each task order in excess of $2,500 . The Contracting Officer will consider the following factors when awarding a task order: specialized experience, performance and quality of deliverables under the current IDCs (if any), current capacity to accomplish the order in the required time, equi table distribution of work among the contractors, and other relevant factors. In the event the Contracting Officer determines that all of the firms competing for a task (or delivery) order are essentially equal with respect to the factors set forth above, the Contracting Officer shall select a contractor on a random basis. 2. PROJECT INFORMATION. Each Indefinite Delivery Contract requires Architect-Engineer services for preparation of design criteria packages for Host Nation (HN)-funded projects, and rel ated works. 3. SELECTION CRITERIA. See Note 24 for General Selection Process. The Selection criteria are listed below in descending order of importance. Criteria a through d are primary selection criteria, and e and f are secondary ones which are utilized as tie-breakers among technically equal firms when required: a. Specialized experience and technical competence in the type of work required. The following sub-criteria 1) through 4) are listed in descending order of importance. 1) Familiarity and experience in the Host Nation (HN)-funded construction program, Facilities Improvement Program (FIP) or relocation projects, specifically preparation of criteria packages for HN projects. (Note: Such projects should be listed in the SF330, Section F EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAMS QUALIFICATIONS FOR THIS CONTRACT. Indicate whether the project was a CP, PCP, SACP, etc. Provide not more than 10 projects. Use a separate Section F for each project. Do not include preparation of construction drawings done under a contract with the Japan Government, i.e., Defense Forces Administration Bureau. Clearly identify Roles in block 25, Section F, to include Prime or Sub-consultant, for each member of the team). 2) The firms desig n quality management plan to include: management approach, coordination of disciplines and subs/consultants, quality control procedures (including project-specific quality control plans, review checklists, senior designer reviews). 3) Conducting and faci litating design charrettes to identify functional issues, to achieve consensus on project requirements, to develop facility and site layouts, and to develop schematic preliminary designs. List project titles and indicate separately which projects were fac ilitated and which projects were only attended. Provide name of your intended charrette facilitator and qualifications, e.g., listing of facilitated projects, education, etc. 4) Performing technical studies and preparing written technical documents. (No te: Such projects should be listed in the SF330, Section F - EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAMS QUALIFICATIONS FOR THIS CONTRACT. Provide not more than 5 projects. Use a separate Section F for each project.) b. Past performance o n DoD and other contracts with respect to quality of work, cost control, and compliance with performance schedules. (Note: Past Performance Questionnaires can be used to provide or supplement a firms past performance with other than U.S. Governmental clie nts. Firms which choose to use the PPQ may obtain a PPQ standard form by submitting a request to the NA POC via email. Do not submit questionnaires for past work performed for U.S. DoD agencies.) c. Qualified professional personnel. The following sub-c riteria 1) through 2) are listed in descending order of importance: 1) Personnel have minimum level of professional license in the following disciplines: Archi tecture  1st Class Kenchikushi or U.S. Registered Architect, Civil Engineering  1st Class Doboku Sekou Kanrigishi or U.S. Registered Civil Engineer, Structural Engineering  1st Class Kenchikushi or U.S. Registered Structural Engineer, Mechanical Enginee ring  1st Class Kankouji Sekou Kanrigishi or U.S. Registered Mechanical Engineer, Electrical Engineering  3rd Class Denki Shunin Gijutsusha or U.S. Registered Electrical Engineer. 2) Knowledge and experience in Project Management and Cost Estimation of U.S.-military design and Japanese construction criteria as required for criteria package preparation in HN projects. (Note: Resumes of key personnel shall be indicated in the SF330, Section E - RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT. Pro vide 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, pr ovide specific information.) d. Capacity to accomplish the work requirements of multiple task orders in the required time. e. Geographic proximity of the firm in relation to the location of the project. The Government seeks to ensure that there will be at least one contractor available whose staff is physically located in the general geographical area where any given project many arise. Thus, where two or more firms are otherwise relatively equal with respect to selection criteria a  d, above, preferen ce will be given to a firm physically located in a geographical area where no other firm has been awarded a contract under this NOP. f. Volume of work awarded to the firm in the last 12 months, with the object of affecting an equitable distribution of DoD A-E contracts among qualified Architect-Engineers. (Note: Where applicable, firms shall provide a specific dollar or yen amount of A-E services fee awarded them within past 12 months of this NOP date.) 4. SUBMISSION REQUIREMENTS. See Note 24 for gener al submission requirements. Architect-Engineer firms that meet the requirements described in this announcement and conditions in FAR 5.202(12) are invited to submit one copy of a current Standard Form 330 (SF330), Architect-Engineer Qualifications. Note t hat Part I of the SF330 presents a firms qualifications for the specific contract. Part II of the SF330 presents the general qualifications of the prime and each sub/consultant that is identified in column 9 of the SF330 Part I. Interested firms shall s ubmit a separate Part II for each firm that will be part of the team proposed for the specific contract. If a firm has branch offices, submit a separate Part II for each branch office that has a key role on the team. Pertinent conditions in FAR 5.202(12) are that &the contract action will be made and performed outside the United States & To show compliance with the local sources condition, interested firms, including each and all partners of a joint venture, must submit documentation demonstrating regi stration, authorization, and capacity to perform in Japan, for example, an official copy (shuin, or copy with appropriate governments official red stamp/seal) of the toh kibo toh hon (corporate registration from the appropriate Japanese Government off ice). The purpose of business description on the toh kibo toh hon should include Engineering/Construction Consulting, and/or design, and/or other pertinent related services. Firms shall address each of the following items in Section H of the SF330: above paragraph items 3a.2, 3a.3, 3d, 3e, and 3f. All documents related to an A-E firms submission must reach the office of the Architect-Engineer Contracts Section, Japan Engineer District, Camp Zama, Japan, not later than 3:00 P.M. (Japan Standard Time ), on 02 February 2007. It is important to allow enough time for submissions to reach the above-specified office before the deadline. Any documents of the sub mission received after the above date and time may not be considered for contract award. SUBMISSIONS VIA FACSIMILE, ELECTRONIC MESSAGE, OR OTHER ELECTRONIC MEANS 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 solicitation number, and the name and address of the firm. Firms using commercial carriers should ensure that the proposal is marked on the outermost wrapper with the statement: This package must reach the office of the Architect-Engineer Contracts Section, Japan Engineer District, Camp Zama, Japan not later than 3:00 P.M. (Japan Standard Time), on 02 February 2007. It is in the firms interest to follow up by contacting the POC to inquire about receipt of their submissions, to consider the use of door-to-door commercial carriers or Japanese postal system (kaki-tome mail), 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. It is also in the firms interest to follow up with references used for past performance rating and ensure that they send or fax completed questionnaires to the U.S. Army Corps of Engineer Point of Contact indica ted on the questionnaire by the due date and time specified in this announcement. Submissions may be hand-carried to the below address, however, use of the Japanese postal system or commercial carriers is encouraged. Submittals should be addressed to: U .S. Army Corps of Engineers, Japan District, ATTN: Architect-Engineer Contracts Team (CEPOJ-EC-ET), Room 213, 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. Firms that provide submissions that exceed 50 pages may have only the first 50 pages considered. Solicitation packages are not prov ided. This is not a request for proposal.
 
Place of Performance
Address: US Army Engineer District - Japan Attn: CEPOJ - CT Unit 45010, APO AP
Zip Code: 96338-5010
Country: JP
 
Record
SN01196759-W 20061216/061214221046 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.