SOURCES SOUGHT
Y -- $499,000,000 Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Design-Build (DB) and Design-Bid-Build (DBB) Construction Services Japan-wide
- Notice Date
- 2/6/2014
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Japan, Attn: CECT-POJ Unit 45010, APO, AP 96338-5010
- ZIP Code
- 96338-5010
- Solicitation Number
- W912HV-14-R-0005
- Response Due
- 2/28/2014
- Archive Date
- 4/7/2014
- Point of Contact
- Sean Sackett, 01181464078724
- E-Mail Address
-
USACE District, Japan
(sean.p.sackett@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Corps of Engineers, Japan Engineer District is performing a market survey for an Indefinite Delivery Indefinite Quantity Contract multiple award for Design-Bid-Build (D-B-B) Construction and Design-Build (D-B) Construction Japan-wide. This announcement constitutes a market survey that is being conducted for planning purposes only and is targeted towards the retrieval of information to be used by the Government but does not constitute a commitment by the Government for the award of an IDIQ Contract. Any solicitations pursued are intended for local sources only. Local sources are those sources physically located and licensed to conduct business in Japan. A MATOC is an Indefinite Delivery, Indefinite Quantity contract for construction services with multiple awardees. Actual work is awarded through the issuance of task orders. Multiple awardees generally compete with each other for task orders. There are some exceptions to this rule, whereby competition may be reduced or task orders are issued non-competitively to one contract holder. The Government anticipates award of up to six contracts under each MATOC to experienced sources capable of performing a wide range of D-B-B and D-B construction projects including, but not limited to: grading, water lines, sewer lines, paving/repaving roadways, painting, roofing, renovation of interiors of existing buildings, new building construction, structural construction, Heating, Ventilating, and Air Conditioning (HVAC) systems and components, refrigeration systems, fire suppression systems, fuel pipeline and storage systems, power and services supplies, distribution and utilization systems (including lighting), power generators and Uninterrupted Power Supplies (UPS), public address systems, fire alarm systems, telephone systems, asbestos, lead based paint, and petroleum-contaminated material abatement and disposal. The IDIQ contract(s) will consist of a one-year base period with four option years. The total capacity for the contract(s) will not exceed $499,000,000, regardless of the number of contracts awarded. QUALIFICATIONS OF DESIGNERS: All design professionals shall have current registration to practice in the United States or Japan; however, there may be particular task orders involving Fire Protection design and specifically requiring U.S. Professional Registration. Acceptable qualifications for Designers are as follows (Area/Qualifications): A. Architectural/Graduate Architect with professional registration and a minimum of 2 years experience as a licensed professional Architect; B. Civil/Graduate Civil Engineer with professional registration and a minimum of 2 years experience as a licensed professional Civil Engineer; C. Mechanical/Graduate Mechanical Engineer with professional registration and a minimum of 2 years experience as a licensed professional Mechanical Engineer; D. Fire Protection/Graduate Mechanical, Electrical, or related engineering discipline with professional registration and a minimum of 5 years experience dedicated to fire protection engineering that can be verified by documentation or a professional fire protection engineer with a minimum of 2 years experience; E. Electrical/Graduate Electrical Engineer with professional registration and 2 years experience; F. Communication/Graduate Communication Engineer or Electrical Engineer with professional registration and a minimum of 2 years experience as a licensed Communication or Electrical Engineer designing communication systems for buildings or facilities; G. Structural/Graduate Structural Engineer with professional registration and a minimum of 2 years experience as a licensed Structural Engineer; and H. Environmental/Graduate Environmental Engineer with professional registration and a minimum of 2 years experience as a licensed Environmental Engineer. JAPANESE PROFESSIONAL REGISTRATION EQUIVALENCIES are as follows: A. Architecture/1st Class Kenchikushi; B. Structural Engineering/1st Class Kenchikushi; C. Civil Engineering/Registered Civil Engineering Consulting Manager (RCCM); D. Mechanical Engineering/1st Class Kankouji Sekou Kanrigishi; E. Electrical Engineering/3rd Class Denki Shunin Gijutsusha; F. Communication Engineering/3rd Class Denki Shunin Gijutsusha with Communication Certification; G. Fire Protection Engineering/1st Class Kankouji Sekou Kanrigishi with Fire Protection Certification; H. Geotechnical Engineering/RCCM with Geotechnical Certification; and I. Surveying/Sokuyo shi. For Architecture and Structural Engineering, the highest level of qualification is specified so no other level is higher than Kenchikushi. For Mechanical Engineering, qualification of Setsubishi is higher than Kanrigishi. For Civil Engineering, Gijutsushi is higher in qualifications than RCCM. For Electrical Engineering, 2nd and 1st Classes will be higher. CONTRACTOR'S RESPONSIBILITY FOR DESIGN: A. The contractor shall be responsible for the professional quality, technical accuracy, and the coordination of all designs, drawings, specifications, and other non-construction services furnished by the contractor under this contract. The Contractor shall, without additional compensation, correct or revise any errors or deficiency in its designs, drawings, specifications, and other non-construction services and perform any necessary rework or modifications, including any damage to real or personal property, resulting from the design error or omission. B. The standard of care for all design services performed under this agreement shall be the care and skill ordinarily used by members of the architectural or engineering professions practicing under similar conditions at the same time and locality. Notwithstanding the above, in the event that the contract specifies that portions of work be performed in accordance with a performance standard, the design services shall be performed so as to achieve such standards. C. Neither the Government's review, approval or acceptance of, nor payment of, the services required under this contract shall be construed to operate as a waiver of any rights under this contract or of any cause of action arising out of the performance of this contract. The contractor shall be and remain liable to the Government in accordance with applicable law for all damages to the Government caused by the contractor's negligent performance of any of these services furnished under this contract. D. The rights and remedies of the Government provided for under this contract are in addition to any other rights and remedies provided by law. E. If the contractor is comprised of more than one legal entity, each entity shall be jointly and severally liable hereunder. Selection will be based upon evaluation factors which may include but is not limited to experience, past performance, organizational structure, technical approach, and price. Respondents should also consider the various geographical locations within the nation of Japan to include, but not limited to, Okinawa, Hokkaido, mainland Japan, and surrounding territories, where substantial mobilization efforts and transportation costs should be taken into consideration for this project. Task order award will generally be based on any one, or combination of the following criteria, with weights to be stated in each task order request for proposal: A. Proposed price; B. Proposed schedule; C. Proposed technical details/solution; D. Past performance; and E. Innovation proposed in design. SUBMISSION REQUIREMENTS FOR RESPONSES TO THIS MARKET SURVEY (1) Your intent to submit a proposal for this project when it is formally advertised (2) Name of firm with address, phone and point of contact. (3) Letter from the surety stating Firm's Bonding Capacity of $150,000,000.00 / 15,000,000,000.00 (YEN) for a single contract and $499,000,000.00 / 49,900,000,000.00 (YEN) for aggregate total contract(s). (4) Statement of Capability stating your skills, experience, knowledge, and equipment required to perform the specified type of work. This should include documentation of past specialized experience and technical competence in performing similar projects, up to three (3) past projects for which your firm was the prime contractor. The Statement of Capability shall not exceed five pages in length. (5) Your ability to work in the diverse, multiple regions covered by the proposed solicitation To make an appropriate acquisition decision for this project, the Government may use responses to this market survey. The type of solicitation issued and the manner of advertisement may depend on the responses to this market survey. Firms responding to this market survey, who fail to provide ALL of the required information requested, may not be used to assist the Government in the acquisition decision, which is the intent of this market survey. NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS IDIQ CONTRACT IF IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS MARKET SURVEY. Where to send responses: Submit responses to Mr. Sean Sackett via email at sean.p.sackett@usace.army.mil Response deadline: February 28, 2014 at 10:00 a.m. (Japan Standard Time) Contracting Office Address: USACE District, Japan, Attn: CECT-POJ Unit 45010, APO, AP 96338-5010 Place of Performance: USACE District, Japan Attn: CECT-POJ Unit 45010, APO AP 96338-5010 JP Point of Contact(s): Sean Sackett - 046-407-8724
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA79/W912HV-14-R-0005/listing.html)
- Place of Performance
- Address: USACE District, Japan Attn: CECT-POJ Unit 45010, APO AP
- Zip Code: 96338-5010
- Zip Code: 96338-5010
- Record
- SN03282457-W 20140208/140206234305-7be087f0938b9c0dd1accc867d3141fa (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 |