Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2021 SAM #7069
SPECIAL NOTICE

C -- Notice of Procurement for Multiple Indefinite Delivery Contracts for Architect-Engineer Services to Support the Host Nation Construction Program and Japan District Internal Requirements, Various Locations, Japan

Notice Date
4/7/2021 12:06:48 AM
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Japan APO AP 96338-5010
 
ZIP Code
96338-5010
 
Solicitation Number
W912HV-21-R-0005
 
Response Due
4/28/2021 1:30:00 PM
 
Archive Date
05/13/2021
 
Point of Contact
Jacob M. Shaw, Phone: 046-407-5482, Chase Willson, Phone: 046-407-5274
 
E-Mail Address
jacob.m.shaw@usace.army.mil, Chase.t.willson.civ@usace.army.mil
(jacob.m.shaw@usace.army.mil, Chase.t.willson.civ@usace.army.mil)
 
Description
4/7/2021 update:� AMENDMENT 0001 to the Notice or Procurement is hereby posted.� A printable copy of the AMENDED NOP and RFIs with Government Responses are included as attachments to this amended notice. Subject:� Notice of Procurement for Multiple Indefinite Delivery Contracts for Architect-Engineer Services to Support the Host Nation Construction Program and Japan District Internal Requirements, Various Locations, Japan Document type:� Special Notice Solicitation Number:� W912HV-21-R-0005 Posted date:� 18 March 2021 Response date:� 28 April 2021 at 11:59 PM Japan Standard Time Classification code:� C � Architect and Engineering Services NAICS Code:� 541330, Engineering Services Set-aside status:� Full and open competition ��������������������������������������������������������������������������������������������������� Contracting Office Address U.S. Army Corps of Engineers, Japan District ATTN: Contracting Division (CECT-POJ-S) Building 250, Room 147, Camp Zama Zama-shi, Kanagawa-ken, Japan 252-8511 Synopsis: Only local sources will be considered under this Notice of Procurement. Local sources are sources (e.g. corporations or partnerships) that are physically located in Japan and authorized (i.e. licensed and registered) to perform the type of work specified in this solicitation in Japan. Specifically, a prospective offeror 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 contracts. To be considered a local source which is eligible to compete for this requirement an offeror must meet all of the following conditions: a. The Prime Contractor within the firm must be fully registered with an active record in the System for Award Management (SAM), showing a JCAGE code and a physical address of the company�s location in Japan.� Records that are pending completion or approval in SAM are not considered fully registered. b. The physical address of the Prime Contractor within the firm�as shown on the submitted Standard Form 330 (SF330) must be the same physical address shown in the active SAM record. c. The record in SAM for the Prime Contractor within the firm must be complete and active at the time of receipt by the Government.� Offerors who submit an SF330 for which these conditions are not met will be considered ineligible to compete as a local source and will not be evaluated Offerors may obtain information on registration and annual confirmation requirements via website at https://www.sam.gov/SAM/ The use of the term �offeror� and �firm� may be used interchangeably and pertains to the prime contractor(s) and all subcontractor(s). 1.� DESCRIPTION / CONTRACT INFORMATION. This contract is being procured in accordance with the Brooks Architect-Engineer (A-E) Act and Federal Acquisition Regulations (FAR) Part 36. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. A-E services are required for multiple Indefinite Delivery Contracts (IDCs) to support the Host Nation (HN) construction program and Japan District (POJ) Internal Requirements from non-Military Construction (MILCON) appropriations in Japan. The acquisition will have a total aggregate capacity of $49 Million (M) shared amongst all awardees. A target of ten (10) to fifteen (15) IDCs will be awarded.� Contracts will be awarded to the most highly qualified firms. The period of performance will be five (5) years from the contract award date. Services will be implemented through negotiated firm-fixed price task orders (TOs) having a magnitude ranging from $2,500 to $500,000. TO selections will be determined based on a firm�s qualifications for each specific project as demonstrated by their most recently updated Standard Form 330 or supplements thereto. The Government reserves the right to obtain updates to an A-E firm�s qualifications prior to issuance of each Request for Proposal (RFP) for a TO. Depending on the competition for this Notice of Procurement the Government may award fewer than the target number of IDCs.� The Government is not obligated to award the maximum number of IDCs identified in this solicitation. 2.� PROJECT INFORMATION. The anticipated work will support the preparation of criteria documents for the Japan HN funded construction program, and related efforts for U.S. Department of Defense (DOD) service components and support agencies in Japan.� Other services may include POJ internal requirements for studies, designs, investigations or other professional A-E services which are funded by non-MILCON appropriations and are required to further the mission of POJ or improve facilities where POJ maintains office spaces.� �Projects are located on U.S. Military Installations throughout Japan. Design criteria will be based on U.S. DOD requirements. However, deliverables must address local HN construction methods and materials that meet the intent of U.S. criteria in order to facilitate the use of local construction practices. Services and deliverables may include, but are not limited to, criteria packages, studies, investigations, criteria development, design, construction surveillance services, and other general engineering support. 3.� SELECTION CRITERIA. For the purposes of evaluating selection criteria, the use of the term �offeror� and/or �firm� means the entity/entities listed as the prime contractor(s), Joint Venture (JV) contractor(s), and all subcontractor(s) in the Architect-Engineer Qualifications � Standard Form 330 (SF330), Part I, Section C. The Government will evaluate an offeror�s qualifications against the selection criteria based on the information presented in their SF330. The selection criteria are listed below in descending order of importance (first by major criterion and then by sub?criterion). Criteria �a� through �d� are primary selection criteria. Criteria �e� is considered secondary and will only be used as a �tie?breaker� among firms that are considered technically equal.� a. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE.� � Sub-criterion (1): Knowledge and experience of the Japan HN construction program including, but not limited to, the preparation of Japan HN criteria documents. Sub-criterion (2): Knowledge and experience with Japanese construction criteria, methods, materials, and standards. Demonstrate the ability to address U.S. DOD requirements while facilitating and maximizing the use of local materials and construction methods. Sub-criterion (3): Knowledge and experience with conducting studies, designs, investigations and other miscellaneous A-E services for U.S. DOD projects funded by non-MILCON appropriations. Examples of these services may include, but are not limited to, studies of equivalent local materials, products, and construction methods, local construction market surveys, and condition assessments/improvements of existing facilities, networks, and/or infrastructure.� SF330 requirements for sub-criterion (a)(1) and (a)(2):� A maximum of 10 (ten) example projects may be submitted to demonstrate a firm�s specialized experience and technical competence described under sub-criterion (a)(1) and (a)(2).� Use a separate, numbered, SF330, Part I, Section F for each project and clearly identify projects that are HN Funded and indicate if the project was a Basic Criteria Package (BCP), Criteria Package (CP), or other.� Example projects must have contract completion dates within ten (10) years of the closing date for this announcement.� Ongoing projects may be included as example projects in Section F, but will be evaluated less favorably than completed projects.� Ongoing projects must be beyond the Pre-Final Report phase for report preparation or beyond the intermediate design phase for design document preparation as of the closing date for this announcement to be considered.� If no performance information is available to evaluate ongoing projects, the offeror will be assigned a rating of neutral and shall not be evaluated favorably or unfavorably.Identify any of the firm�s prime contractor(s) and subcontractor(s) involved with an example project in Section F Block 25 and state the role and approximate level of effort (percentage of total contract value) for each. HN funded projects may be evaluated more favorably than non-HN funded projects and higher complexity efforts may be rated more favorably than lower complexity efforts.� In addition, a firm�s history of prior working relationships amongst prime(s) and subcontractor(s), and the overall level of involvement of the firm for the experience presented may be considered in the rating. For purposes of evaluating selection criteria, the use of the term �project� means a single undertaking executed via a single-award contract or task order. A �project� is not considered a cumulative effort of single-award contracts or task orders. An IDC / Indefinite Delivery Indefinite Quantity (IDIQ) contract is not considered a project on its own, but a task order awarded under an IDC or IDIQ would be considered to be a single �project�. Additional information pertaining to sub-criterion (a)(1) and (a)(2) may be provided under SF330 Part I, Section H. The offeror may also include additional example projects in SF330 Part I, Section H, but the information shall be limited to the project title, location, completion date, project owner, and project summary. SF330 requirements for sub-criterion (a)(3): Describe the firm�s specialized experience and technical competence related to sub-criterion (a)(3).� Provide relevant information under SF330 Part I, Section H.� b. PROFESSIONAL QUALIFICATIONS. Present a maximum of two (2) individuals for each discipline identified below.� Failure to provide two (2) key personnel for each discipline may result in an unfavorable rating.� Key personnel in each discipline shall be registered in the appropriate professional field. �The Government will evaluate each individual�s education, training, registrations, certifications, overall and relevant experience, and longevity with the firm. Emphasis will be placed on longevity with the firm and participation in the example projects provided under SF330, Part I, Section F. �This criterion focuses on the qualifications of key personnel for the contract and not the quantity of personnel, which is addressed under the ""capacity to accomplish the work"" criterion. Key Personnel: Project Manager Architect: �1st Class Kenchikushi or U.S. Registered Architect Civil Engineer: �1 Kyu Dobokusekoukanrigishi w/ Registered Civil Engineering Consulting Manager (RCCM) certification or U.S. Registered Civil Engineer Structural Engineer: �1st Class Kenchikushi or U.S. Registered Structural Engineer Mechanical Engineer: �1st Class Kenchikushi (Setsubi Sekkei); Kenchiku Setsubishi;� 1st Class Sekou Kanrigishi or U.S. Registered Mechanical Engineer Electrical Engineer:� 1st Class Kenchikushi (Setsubi Sekkei); Kenchiku Setsubishi;� 1st Class Sekou Kanrigishi or U.S. Registered Electrical Engineer Communication Engineer: 1st Class Kenchikushi (Setsubi Sekkei) �or U.S. Registered Communications Distribution Designer (RCDD) Fire Protection Engineer: U.S. Registered Professional Engineer (P.E.) who has passed the fire protection engineering written examination administered by the National Council of Examiners for Engineering and Surveying (NCEES) and has relevant fire protection engineering experience Geotechnical Engineer: 1 Kyu Dobokusekoukanrigishi w/ RCCM Doshitsu Oyobi Kiso Certification or U.S. Registered Geotechnical Engineer Cost Engineer Surveyor: Sokuryo Shi or U.S. Registered Land Surveyor Facilitator SF330 Requirements for sub-criterion (b):� Resumes of key personnel shall be indicated in the SF330, Part I, Section E. Use a separate Section E for each individual. Clearly indicate key personnel's qualifications in block 17 of each Section E entry. The same individual may be considered under different key personnel. c. PAST PERFORMANCE Firms will be evaluated on past performance for quality of work products, compliance to project schedules, and effectiveness of management.� Emphasis will be given to evaluations for example projects presented under SF330, Part I, Section F.� Past performance evaluations will be retrieved through the Government�s Past Performance Information Retrieval System (PPIRS) as managed by the Contractor Performance Assessment Reporting System (CPARS).� PPIRS is the primary source of information on past performance. Performance evaluations may be queried for all firms including subcontractors. Any credible, documented information on past performance may be considered, but the Government is not required to seek other information on past performance if none is available through PPIRS. Complete evaluations will be reviewed if a board is considering downgrading or eliminating a firm due to adverse past performance evaluations.� (Note: Past Performance Questionnaires (PPQ) can be used to provide or supplement a firm�s past performance with other than U.S. Governmental clients. Firms which choose to use the PPQ may obtain it by downloading it from the other documents published with this Notice of Procurement.) NOTE: If no relevant past performance information is available to evaluate, or if the record is so sparse that no meaningful rating can be reasonably assigned, the offeror will be assigned a rating of neutral and shall not be evaluated favorably or unfavorably. SF330 requirements for sub-criterion (c): Provide relevant past performance information under SF330 Part I, Section H.�� ��� d. CAPACITY TO ACCOMPLISH THE WORK The Government will consider a firm�s experience with similar size and complexity of projects and the available capacity of resources when evaluating the capacity of a firm to perform the assigned work in the required time. Demonstrate the firm�s capacity to accomplish up to four (4) task orders simultaneously, at separate locations within Japan, not within the same prefecture. Firms will be evaluated on their capability to perform the assigned work based on a list of the firm�s total number of employees for each discipline identified under criterion b. Professional Qualifications, specifying between U.S. personnel and HN personnel. SF330 requirements for sub-criterion (d): Provide information to demonstrate capacity to accomplish work under SF330, Part I, Section H and SF330, Part II. e. VOLUME OF DOD CONTRACT AWARDS (SECONDARY CRITERIA) Specify the total volume of work awarded to the firm by DOD agencies within 24 months of NOP closing. When identifying the total volume of work, include the value of all stand?alone or Indefinite Delivery Contract (IDC) task orders, including modifications, issued by DOD agencies. Do not include the estimated or actual construction cost of the projects.� Do not include the potential value of an IDC, nor options which have not been exercised. SF330 requirements for sub-criterion (e): Provide requested information under SF330 Part I, Section H. 4. SUBMISSION REQUIREMENTS. Architect-Engineer firms that meet the requirements described in this announcement are invited to submit three (3) hard copies and one (1) CD (electronic .pdf file format that is searchable) of: a. SF330, Part I, Sections A through I, Architect-Engineer Qualifications, Contract-Specific Qualifications for the prime A-E and all proposed sub-consultants. b. SF330, Part II, Architect-Engineer Qualifications, General Qualifications (the prime A-E and all proposed sub-consultants must submit current SF 330 Part II). c. Copy of the firms� SAM registration to verify that the firm is eligible to compete as a local source. The submittals must reach the specified office below no later than the response date shown above on this announcement. It is important to allow enough time for submissions to reach the below specified office before the due date. Facsimile submittals will not be accepted. Submissions shall be in sealed envelopes or packages (i) addressed to the office specified below and (ii) show the solicitation number and the name and address of the offeror. Offerors using commercial carriers should ensure that the proposal is marked on the outermost wrapper with the information stated in the prior sentence. It is in the offeror�s interest to follow up by calling the POC to inquire about receipt of their submissions, to consider utilization of door-to-door commercial carriers, and to not wait until the last minute to submit in the event that the original submission is lost and a second submission is necessary.� Offerors choosing to use commercial or door-to-door carriers are encouraged to ask the carrier company if they have regular, unescorted access to the delivery address, as government personnel may not be available to escort or accept deliveries at the entrance gate to the installation.� Offerors choosing to deliver packages in person shall coordinate with the POCs listed below.Submittals shall be addressed as follows: Two (2) hard copies and 1 CD to U.S. Army Corps of Engineers, Japan District ATTN: Contracting Division (CECT-POJ-S) Building 250, Room 147, Camp Zama Zama-shi, Kanagawa-ken, Japan 252-8511 � One (1) hard copy to U.S. Army Corps of Engineers, Japan District ATTN:� Okinawa Area Office Contracting Division (CECT-POJ-O) Bldg 364, Room 116 Camp Foster Chatan-Cho, Nakagami-Gun, Okinawa Japan 904-0100 Submissions shall not exceed fifty (50) standard 8.5� x 11� pages. Only numbered pages will be recognized and evaluated. Use fonts no smaller than ten (10)-pitch. Do not repeat information from SF 330, Part I, Sections A through G in Section H. For submissions that exceed fifty (50) pages, only the first fifty (50) pages may be considered for evaluation. The 50 page limit applies to the SF330, Part I.� SF330, Part II is not counted towards the page limit and the SAM record is not counted towards the page limit.� CPARS reports and PPQs are not counted in the page limit. Tabs and dividers will not count toward the page limit.�� Any questions, requests for explanation or interpretation of this NOP must be submitted to the Government point of contacts listed below by 2:00 P.M. Japan Standard Time on 31 March 2021.� Government points of contact at Camp Zama: � Mr. Chase T. Willson Contract Specialist 011-81-46-407-5274 (from U.S.) 046-407-5274 (from Japan) chase.t.willson.civ@usace.army.mil And Mr. Jacob M. Shaw Contracting Officer 011-81-46-407-5482 (from U.S) 046-407-5482 (from Japan) jacob.m.shaw.civ@usace.army.mil Government point of contact at Okinawa Area Office (for delivery inquiries only) Mr. Jack T. Letscher Contracting Officer 098-970-9068 (from Japan) jack.t.letscher.civ@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fc37a7d976ed4ef19fa1ee28b929354a/view)
 
Place of Performance
Address: JPN
Country: JPN
 
Record
SN05964554-F 20210409/210407230111 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.