Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2008 FBO #2340
SOLICITATION NOTICE

C -- Indefinite Quantity Architect-Engineer Services for Architectural Projects in Japan

Notice Date
4/21/2008
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Far East, OPAQ IPT, N40084 NAVFAC FAR EAST, OPAQ IPT PSC 473, Box 13, FPO AP 96349-0013 Building 1828, Tomari-cho, Yokosuka Kanagawa,
 
ZIP Code
00000
 
Solicitation Number
N4008408R0054
 
Response Due
5/20/2008
 
Point of Contact
Ms. Nola D. Campbell 046-816-4088 Ms. Nola Campbell 046-816-4088Ms. T. Kanzaki 046-816-4095
 
Description
1. DESCRIPTION: Architect-Engineer (A-E) services are required for preparation of plans, specifications, design analyses, cost estimates (in Yen and U.S. dollars), engineering studies, and design-build requests for proposals for architectural projects at various locations in Japan. a) The contract is an indefinite quantity, firm fixed-price type where projects are ordered by issuance of task orders. The proposed contract shall not exceed one (1) base year plus four (4) option year periods for the same professional services. The total amount of all task orders issued under this contract in the base period will not exceed 180,000,000 ($2,000,000 @ 90/$). In addition, the total amount of task orders issued in each option period will not exceed 180,000,000 ($2,000,000 @ 90/$). A minimum fee of 1,000,000 ($11,111 @ 90/$) will be guaranteed for the base year. The minimum and maximum values of individual contract task orders executed under this contract are 500,000 and 50,000,000 respectively. The first task order may be subsequently identified, negotiated, and awarded with this contract. b) At the Governments discretion, option periods may be exercised within 365 days of award of the basic contract. It may be exercised sooner if the total value of task orders awarded under the basic contract reached the limit identified in paragraph 1a. The total term of the contract inclusive of the option, if exercised, shall not exceed 60 months. c) Projects will be located at various U.S. installations in Japan. The majority are expected to be located in the Kanto region. d) During performance of projects under this contract, if asbestos or other hazardous materials are found, the A-E shall identify and prepare removal plans in accordance with applicable codes, rules, and regulations pertaining to such hazardous materials. e) The estimated start date for projects under this contract is September 2008. 2. SELECTION CRITERIA, in listed order of importance, are: (1) Firm's ability to legitimately conduct business in Japan. This criterion must be met by a firm (or one of a firm's joint venture partners) having the Japanese registration entitled "Kaisha Tokibo Tohhon." Provide registration number, associated dates, and issuing organization. This criterion is mandatory and a firms submission will not be evaluated if this Criteria Element is not met. (2) Professional Qualifications. Provide professional qualifications of the firm and staff, including consultants, to be assigned to this contract. List only the team members who will actually perform the major tasks for these projects. Include all team members in supporting disciplines such as civil engineering, structural engineering, mechanical engineering, electrical engineering, architectural engineering, and fire protection engineering. Key personnel must have professional registration in their discipline. Provide license name and issuing organization. For Japanese licenses, provide this information in both English and Japanese. Qualifications should reflect each individuals skills and abilities to contribute to the successful completion of task orders on this contract. (3) Specialized Recent Experience. Recent, specialized experience and technical competence of the firm or particular staff members, including consultants, for architectural projects. Do not list more than ten (10) projects in Column F of the SF 330; projects listed shall have been for the most part completed within the last three years. Indicate which persons from the proposed team participated in each of these projects in Section G of the SF330. (4) Capacity. The firms ability to complete multiple task orders simultaneously. Indicate the firms anticipated workload and the availability of the proposed members (including any proposed sub-consultants) for the base year period. (5) Past Performance. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. (6) Quality Control (QC) Program. Provide a description of the firm's QC program. Identify and describe key personnel and procedures used by the firm to ensure the quality of its submittals. The QC program must address coordination with sub-consultants, if utilized. (7) Location in the general geographic area of the project and knowledge of the locality of the projects; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract. (8) Volume of work previously awarded to the firm by the U.S. Department of Defense (DoD). Value of contract awards during the previous 12 months will be considered, with the object of affecting an equitable distribution of DoD A-E contracts among qualified A-E firms and firms that have not been awarded DoD contracts. Applicant firms shall provide this information in Section H of the SF 330. Include the total amount of Prime A-E fees awarded to your firm in the past 12 months by DoD agencies (US Navy, US Army, US Marine Corps, US Air Force). 3. The Selection Board will compare firms in terms of the selection criteria, so it is very important to describe your firm's qualification for each criteria element. Company brochures, pamphlets, or other presentations are not desired and will not be evaluated. 4. For selection criteria element (5), the Selection Board will review performance evaluations from previous DoD projects performed by each firm. When available, the Selection Board will also review performance evaluations from private sector projects. 5. The selected firm, its subsidiaries or affiliates which design or prepare specifications for a construction contract cannot provide construction services for the same contract. This includes concept designs, design-build requests for proposals, facility siting studies, environmental assessments, or other activities that identify the scope of a project and its estimated cost. 6. A-E firms which meet the requirements described in this announcement are invited to submit a complete updated Standard Form 330, Architect-Engineer Qualifications Part I, Contract-specific Qualifications, and Part II, General Qualifications. 7. A-E firms responding to this announcement by 4:30 P.M. Japan time, 20 May 2008, will be considered. Facsimile responses will not be considered. This is not a request for a proposal. 8. All inquiries of this announcement should be made to Ms. N. Campbell at telephone 046-816-4088. If you are interested in this project, please submit an original and four (4) copies (3 paper copies and 1 compact disk) of the Standard Form 330 and respond by 20 May 2008, 16:30 hours. Facsimile responses will not be considered. The SF 330 replaced the former SF 254, Architect-Engineer and Related Services Questionnaire and the SF 255, Architect-Engineer and Related Services Questionnaire for Specific Project. SF330, Architect-Engineer Qualifications Form (6/2004) and Training Presented by Defense Acquisition University are attached for your information and use. For this project, address your reply as follows: Naval Facilities Engineering Command, Far EastIPT PSC 473 Box 13FPO AP 96349-0013Attn: Ms. Nola D. Campbell Our Japanese address is as follows:NAVFAC Far East, IPTBuilding 1828Yokosuka Beikaigun KichiYokosuka-shi, Tomari-cho, Japan 238-0001
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9c41556b5ef0480c5e036fa5453e64a8&tab=core&_cview=1)
 
Record
SN01558380-W 20080423/080421220015-a75f449c1c9fdeb5ab4168c8c1222d8f (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.