Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 1, 2001 PSA #2905
SOLICITATIONS

C -- INDEFINITE DELIVERY ARCHITECT-ENGINEER SERVICES CONTRACTS FOR DESIGN OF MISCELLANEOUS FACILITIES, PREPARATION OF HOST NATION PROJECTS, AND RELATED WORK, VARIOUS LOCATIONS, JAPAN

Notice Date
July 30, 2001
Contracting Office
U.S Army Engineer District, Japan, Attn: CEPOJ-CT, APO, AP 96338-5010
ZIP Code
96338-5010
Solicitation Number
DACA79-01-R-0026
Response Due
September 7, 2001
Point of Contact
Ms. Masako Noguchi, 011-81-3117-63-5387
E-Mail Address
click here to contact the point of contact via e-mail. (masako.noguchi@usace.army.mil )
Description
1. CONTRACT INFORMATION. A-E services are required for an Indefinite Delivery Contracts (IDC). The contract will have a maximum amount of $750,000 for the basic contract with two one-year options, each for a maximum amount of $750,000. Services will be implemented through negotiated firm fixed price task orders that may be issued up to the maximum contract amount of $750,000. The basic contract period is one year from the contract award date and each option period extends the contract by additional one-year periods. The option year may be exercised before one year expires if the basic or the first option year contract has been exhausted or nearly exhausted. The Government is not obligated to exercise the options. The contract will require the Government to order services priced at not less than two percent (2%) of the stated maximum contract amount for the basic contract, and if exercised, not less than one percent (1%) of the stated maximum contract amount for each of the option years. The contract is anticipated to be awarded to a qualified firm within six (6) months after selections To be eligible for contract award, United States firms must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site at http://ccr.edi.disa.mil or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. The Government can issue a Letter of Identification to the successful firm, if a United States firm, upon their request after contract award. 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 on task orders issued under the contract. The furnishing of any logistical support (e.g. on-base lodging, Base Exchange, or commissary privileges, etc.) is contingent upon the existing policy of the applicable service commander and upon the best interests of the Government. The details of the authorized privileges will be determined for each individual task order. 2. PROJECT INFORMATION. Each Indefinite Delivery Contract requires Architect-Engineer services primarily for U.S.-funded design work for operation and maintenance, new construction, planning, engineering and feasibility studies, site investigations, construction phase services and other general engineering-type projects. In addition, services may be required on a less frequent basis for preparation of design criteria for Host Nation (HN)-funded projects and related 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 e" are primary selection criteria, and "f and g" are secondary ones and are utilized as "tie-breakers" among technically equal firms when required: a. Specialized experience and technical competence in the type of work required. 1) Preparing US funded planning documents, design drawings, specifications, and cost estimates for the repair, maintenance, and construction of facilities on US military installations. Experience with standard Corps of Engineer software applications such as MCACES, SPECSINTACT, EBS, etc. 2) Conducting and facilitating design charrettes to identify functional issues, to achieve consensus on project requirements, develop facility and site layouts, and develop schematic preliminary designs. 3) Performing technical studies and preparing written technical documents. 4) The firm's design quality management plan to include: management approach, coordination of disciplines and subs/consultants, quality control procedures, and prior working experiences of the prime firm and any significant subs/consultants. 5) Knowledge and experience with Japanese construction practices and procedures. 6) Familiarity and experience in the Host Nation-funded Facilities Improvement Program (FIP) construction program, and preparation of U.S. criteria documents for FIP projects. 7) Energy conservation, pollution prevention, waste reduction, and the use of recovered materials. b. Qualified professional personnel in the following disciplines: Architectural Engineering, Civil Engineering, Communication Engineering, Cost Engineering, Electrical Engineering, Environmental Engineering, Fire Protection Engineering, Interior Design, Mechanical Engineering, Structural Engineering, Surveying, and Planning. c. Past performance on DoD and other contracts with respect to quality of work, cost control and compliance with performance schedules. d. Capacity to accomplish the work in the required time. e. Knowledge and experience performing engineering services at U.S. installations in Japan. f. Geographic proximity of the firm in relation to the location of the project. g. 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. 4. SUBMISSION REQUIREMENTS. See Note 24 for general submission requirements. Architect-Engineer firms that meet the requirements described in this announcement are invited to submit one copy of: (1) a Standard Form 254, Architect-Engineer and Related Services Questionnaire (all firms must submit a current SF254); and (2) a Standard Form 255, Architect-Engineer and Related Services for the prime A-E and all subs/consultants. Firms shall include the following additional information in Paragraph 10 of the SF255: a) Describe the firm's design quality management plan, including coordination of subs/consultants. Include a discussion of your past experiences 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. The submittals must reach the office of the Architect-Engineer Contracts Section, Japan Engineer District, Camp Zama, Japan, not later than 5:00 P.M. on the due date shown above on this announcement (Japan Standard Time), or within 30 calendar days after the printed issue date of this announcement, whichever occurs later. If the 30th day is a Saturday, Sunday, or a U.S. Federal holiday, the deadline is 5:00 P.M. of the next business day. It is important to allow enough time for submissions to reach the above-specified office before the deadline. Submissions received after the above time will not be accepted. Submittals should be addressed to: U.S. Army Corps of Engineers, Japan DistrictATTN: Architect-Engineer Contracts Section (CEPOJ-EC-TA)Room 213, Building 250, Camp ZamaZama-shi, Kanagawa-ken, Japan 228-8920 Solicitation packages are not provided. This is not a request for proposal.
Record
Loren Data Corp. 20010801/CSOL001.HTM (W-211 SN50T4F6)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on July 30, 2001 by Loren Data Corp. -- info@ld.com