SOLICITATION NOTICE
C -- Notice of Procurement (NOP) - A-E Services for Repair Health and Dental Clinic, Bldg 704, Camp Zama, Japan
- Notice Date
- 4/7/2010
- 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-10-R-0016
- Response Due
- 5/7/2010
- Archive Date
- 7/6/2010
- 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
- NA POC is Mr. Bradley L Scully Phone: 046-407-4397, Email: bradley.l.scully@usace.army.mil, Department of the Army, U.S. Army Engineer District, Japan, ATTN: Programs and Project Management Division, Army Section, (CEPOJ-PP-AA) Room 220, Building 250, Camp Zama APO AP 96338-5010. THIS CONTRACT WILL BE AWARDED ONLY TO, 1) UNITED STATES FIRM, 2) LOCAL SOURCE, OR 3) JOINT VENTURE OF UNITED STATES FIRM AND LOCAL SOURCE. 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 NOP. SPECIFICALLY, LOCAL SOURCES MUST BE DULY AUTHORIZED TO OPERATE AND CONDUCT BUSINESS IN JAPAN AND MUST FULLY COMPLY WITH ALL LAWS, DECREES, LABOR STANDARDS, AND REGULATIONS OF JAPAN DURING THE PERFORMANCE OF THE RESULTING CONTRACT. IN ADDITION, PRIOR TO AWARD OF THE CONTRACT, LOCAL SOURCES MUST BE REGISTERED WITH THE GOVERNMENT OF JAPAN TO CONDUCT BUSINESS IN JAPAN AND POSSESS NECESSARY DOCUMENTATION TO PERFORM WORK REQUIRED UNDER THIS NOP. To be eligible for contract award, 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 CCR Assistance Center at 1-888-227-2423. In addition, firms must be registered in Online Representations and Certifications Application (ORCA). Register via the ORCA internet site at https://orca.bpn.gov/. The Government can issue a Letter of Identification to the successful firm upon their request after contract award, which entitles A-E personnel to enter into Japan to perform work under the contract. 1. CONTRACT INFORMATION. One (1) firm fixed-price contract for Architect-Engineer (A-E) services will be awarded. The A-E services required will be for the development of plans and specifications for the repair/renovation of the BG Crawford F. Sams U.S. Army Health and Dental Clinic, Building 704, Camp Zama, Japan. Project includes some new additions to the clinic and transition facilities. The anticipated start of the contract will be September 2010, with design completion within approximately 9 months. Minimum reviews are anticipated to be 65%, 90%, 100% and one backcheck. 2. PROJECT INFORMATION. This contract requires A-E services for the development and preparation of plans, specifications, design analysis, cost estimates, comprehensive interior design and transition plans. The medical/dental clinic is an approximately 3,530 sq meters (38,000 sf), single story, concrete structure, with a staff of approximately 170. Work includes demolition of most walls, doors, flooring, ceiling, and utility systems, and reconstruction of the interior of the facility. Utility systems include water, sewer, roof drainage, HVAC, electrical, copper and fiber communications, fire sprinklers, fire alarm, mass evacuation alarm, intrusion detection system, etc. Plans must address existing asbestos containing materials, lead based paints, and other hazardous materials in the facility. The medical clinic operations include primary care with exam rooms, treatment room and isolation room; ancillary services of pharmacy, radiology, laboratory, optometry, physical therapy, and ambulance services; reception, records holding, storage, patient administration, and command/administration; logistics receiving and storage, and information management support. The dental clinic operations include general dentistry, orthodontics, periodontics and prosthodontics, radiology, decontamination/sterilization, reception, records holding, storage, and command/administration. Design to LEED Silver. The project also includes contractor erected transition facilities, planned for a parking lot area. Information which will be provided to the selected AE will include the desired floor plans for the repaired Building 704 and the transition facilities, programming level transition facilities site and utility plan, Program for Designs (lists of rooms by type, size and occupancy) and Project Room Contents Requirements (by room list of all equipment, furniture and furnishings) for both the repaired building 704 and the transition facilities. Published DoD Medical Equipment Room Guideplates are available to provide specific room layouts (floor plan, reflective ceiling plan, and functional plan) showing equipment, finishes, elec/commo receptacles and HVAC requirements. Estimated cost of construction: $22 M. PROJECT IS LOCATED IN KANAGAWA PREFECTURE, 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. a. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: 1) Knowledge and experience with medical/dental clinic design and construction. Experience with medical/dental transition facility planning and design is highly desirable. Any experience with Japanese transition structures should be noted. (Note: Provide a minimum of 2 but not more than 5 completed relevant projects. Use a separate Section F for each project. Identify your companys role as prime or subcontractor for each completed project.) 2) Knowledge and experience of Joint Commission facility related standards for accreditation. 3) Knowledge and experience with DoD funded design standards and criteria. Such as UFCs, MIL Handbooks, etc. 4) Knowledge and experience with Japanese design and construction practices, materials, procedures, standards, criteria, and codes. 5) The firms 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. 6) Extensive 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), LEED documentation, and LEED certification procedures. A/E team shall contain at least one LEED Accredited Professional 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 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. QUALIFIED PROFESSIONAL PERSONNEL: Resumes of key personnel shall be indicated in the 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 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, provide specific information.) 1) Qualified professional personnel in the following disciplines: Project Manager (architect or engineer), Architecture, Civil Engineering, Communication Engineering, Electrical Engineering, Environmental Engineering, Fire Protection Engineering, Geotechnical/Foundation Engineering, Mechanical Engineering, Structural Engineering, and Surveying. The lead architect or engineer in each discipline must be registered in the appropriate professional field. The design team shall include a LEED Accredited Professional. The evaluation will consider education, certifications, training, registration, overall and relevant experience, and longevity with the firm. 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 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 NA POC via email.) d. CAPACITY TO ACCOMPLISH THE WORK: 1) Adequate personnel and resources to meet the schedule of the overall project and/or phases. 4. SUBMISSION REQUIREMENTS. Architect-Engineer firms that meet the requirements described in this announcement are invited to submit one copy of: (1) Standard Form 330 (SF330) Part I, Architect-Engineer Qualifications, Contract-Specific Qualifications for the prime A-E and all subs/consultants. Firms shall include the following additional information in Section H of the form; and (2) Standard Form 330 Part II, Architect Engineer Qualifications, General Qualifications (all firms must submit a current SF 330 Part II). a) Describe the firms design quality management plan, including coordination of subs/consultants. Include a discussion of your past experience working with your subs/consultants, and a detailed description on duties, responsibilities, and coordination methods between the prime and all subcontractors and consultants etc; b) Clearly specify whether you are submitting as a prime with subs/consultants or as a joint venture. All documents related to an A-E firm's submission must be received no later than 2:00 PM, May 7, 2010 at the office specified in this NOP. Late proposal rules in FAR 15.208 will be followed for any submissions received after the date and time specified in the announcement. SUBMISSIONS VIA FACSIMILE, ELECTRONIC MESSAGE, OR OTHER ELECTRONIC MEANS WILL NOT BE ACCEPTED. Submissions shall be on paper media and in sealed envelopes or packages, (i) addressed to the office specified in this NOP, and (ii) marked with the NOP number and 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 Contracting Division, Contracts Branch, Japan Engineer District, Camp Zama, Japan not later than 2:00 P.M. (Japan Standard Time), on May 7, 2010. 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, 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. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA79/W912HV-10-R-0016/listing.html)
- Place of Performance
- Address: USACE District, Japan Attn: CEPOJ - CT Unit 45010, APO AP
- Zip Code: 96338-5010
- Zip Code: 96338-5010
- Record
- SN02115966-W 20100409/100407235915-056da7855bc82e1ed823c41a92aeaf56 (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 |