Posted: Jan. 11, 2019, 1:46 a.m. EST
Synopsis:
ONLY LOCAL SOURCES WILL BE CONSIDERED UNDER THIS SOLICITATION. 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 SOLICITATION. 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. IN ADDITION, PRIOR TO AWARD OF THE CONTRACTS, OFFERORS MUST BE REGISTERED WITH THE GOVERNMENT OF JAPAN TO CONDUCT BUSINESS IN JAPAN AND POSSESS NECESSARY DOCUMENTATION TO PERFORM WORK REQUIRED UNDER THIS SOLICITATION.
1. CONTRACT INFORMATION. This contract is being procured in accordance with the Brooks A E Act as implemented in FAR Part 36.6. 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 construction program in Japan. Each IDC will have a maximum yen amount equivalent to $500,000 capacity. Services will be obtained through negotiated firm fixed price task orders that may be issued up to the maximum capacity. The contract period is three (3) years from the contract award date and NO option period will extend the contract. The Government will not exceed the not to exceed amount of the yen equivalent of $500,000 for each IDC. Task Order selections will be determined based on a firm's qualifications for a specific project. The Government anticipates issuing a Request for Proposal (RFP) to award twelve (12) to eighteen (18) individual contracts with the most highly qualified firm(s). Updates to the A E Firms' qualifications will be required annually in accordance with FAR 36.603(d). The Government is not obligated to award the maximum number of contracts identified in this solicitation.
OFFERORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) PRIOR TO THE AWARD OF A CONTRACT. OFFERORS MAY OBTAIN INFORMATION ON REGISTRATION AND ANNUAL CONFIRMATION REQUIREMENTS VIA WEBSITE AT https://www.sam.gov/portal/public/SAM/
For purposes of evaluating selection criteria, the use of the term "firm" means the entity/entities listed on the SF330, Part I, Section C (proposed team) identified as a prime, JV partner, or subcontractor.
2. PROJECT INFORMATION. The anticipated work will support the preparation of criteria documents for the Japan Host Nation (HN) funded construction program, and related efforts for DOD service components and support agencies in Japan. Other services may include US Military Construction (MILCON), Facilities, Sustainment, Restoration & Modernization (FSRM), and related requirements. Projects are located on U.S. Military Installations throughout Japan. Design criteria will be based on U.S. Department of Defense (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, basic criteria packages, criteria packages, studies, reports, surveys, drawings and sketches, specifications, field investigations, determination of As-Built information, and facilitating charrettes.
3. SELECTION CRITERIA. 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. The Government will evaluate an offerors qualifications against the selection criteria based on the information presented in the Architect-Engineer Qualifications - Standard Form 330 (SF330). The term "offeror" and "firm" may be used interchangeably and pertains to the prime contractor(s) and all subcontractor(s).
a. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE.
Sub-criterion (1): Knowledge and experience of the Japan Host Nation (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 US DOD requirements while facilitating and maximizing the use of local materials and construction methods.
Sub-criterion (3): Capability to implement Quality Control on work products to ensure contract performance objectives are met. Demonstrate the firm's approach to implementing Quality Control as established by Engineer Regulation (ER) 1110-1-12. Emphasis will be placed on a firm's Quality Control philosophy and logic of approach, including but not limited to topics such as: Identification and hierarchy of the firm, coordination between the firm and Government Project Development Team (PDT) members, implementation of Detailed Check Reviews (DCR) and Independent Technical Reviews (ITR) during the execution process. A detailed quality control plan is NOT required with this submission but will be required prior to contract award from firms who are selected under this NOP.
SF330 requirements for sub-criterion (a)(1) and (a)(2): A maximum of 10 (ten) example projects may be submitted to demonstrate a firms specialized experience and technical competence described under sub-criterion (a)(1) and (a)(2). Use a separate, numbered, 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. HN Funded projects may be evaluated more favorably than non-HN Funded. Example projects must have contract completion dates within ten (10) years of the closing date for this announcement. Additional information pertaining to sub-criterion (a)(1) and (a)(2) may be provided under SF330 Part I, Section H (Additional Information). The offeror may list 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 firms specialized experience and technical competence related to sub-criterion (a)(3). Provide relevant information under SF330 Part I, Section H (Additional Information).
b. PROFESSIONAL QUALIFICATIONS.
Present a maximum of two (2) individuals for each discipline identified below. Key personnel in each discipline shall be registered in the appropriate professional field. The Government will evaluate each individual's qualifications, overall and relevant experience, and longevity with the firm. 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. Emphasis will be placed on longevity with the firm and participation in the example projects provided under SF330 Section F.
Key Personnel:
1) Architecture: 1st Class Kenchikushi or U.S. Registered Architect
2) Civil Engineering: 1 Kyu Dobokusekoukanrigishi w/ Registered Civil Engineering Consulting Manager (RCCM) certification or U.S. Registered Civil Engineer
3) Structural Engineer: 1st Class Kenchikushi or U.S. Registered Structural Engineer
4) Mechanical Engineer: 1st Class Kenchikushi (Setsubi Sekkei); Kenchiku Setsubishi; 1st Class Sekou Kanrigishi or U.S. Registered Mechanical Engineer
5) Electrical Engineer: 1st Class Kenchikushi (Setsubi Sekkei); Kenchiku Setsubishi; 1st Class Sekou Kanrigishi or U.S. Registered Electrical Engineer
6) Communication Engineer: 1st Class Kenchikushi (Setsubi Sekkei) or U.S. Registered Communications Distribution Designer (RCDD)
7) Fire Protection Engineer: Fire Protection Engineer. Qualified means an individual who is a 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
8) Geotechnical Engineering 1 Kyu Dobokusekoukanrigishi w/ RCCM Doshitsu Oyobi Kiso Certification or U.S. Registered Geotechnical Engineer
9) Surveying Sokuryo Shi or U.S. Registered Land Surveyor
Provide r sum s for each of the three (3) Following Key Personnel:
1) Project Manager
2) Cost Engineer
3) Facilitator
SF330 Requirements for sub-criterion (b): Resumes of key personnel shall be indicated in the SF330, Section E - RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT. 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 Section F of the SF330. 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 firms past performance with other than U.S. Governmental clients. Firms which choose to use the PPQ may obtain a PPQ standard 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 (Additional Information). Emphasis will be given to CPARS performance evaluations related to the example projects presented under Section F of the SF330.
d. CAPACITY TO ACCOMPLISH THE WORK
The Government will consider a firm's experience with similar size projects and its available capacity to perform multiple simultaneous task orders while completing the work within the schedule required by the Government. Demonstrate the firm's capacity to perform multiple task orders concurrently, at separate locations within Japan, not within the same prefecture. Firms will be evaluated on their capability to perform up to two (2) task orders simultaneously.
SF330 requirements for sub-criterion (d): Provide information to demonstrate capacity to accomplish work under SF330 Part I, Section H (Additional Information).
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 all stand alone or Indefinite Delivery Contract (IDC) task orders, including modifications, issued by DOD agencies. 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 (Additional Information)
4. SUBMISSION REQUIREMENTS. Architect-Engineer firms that meet the requirements described in this announcement are invited to submit five (5) hard copies and one (1) CD (electronic format that is searchable in pdf) of:
a. Standard Form 330 Part I (section A through I), Architect-Engineer Qualifications, Contract-Specific Qualifications for the prime A-E and all proposed sub-consultants.
b. Standard Form 330 Part II, Architect-Engineer Qualifications, General Qualifications (the prime A-E and all proposed sub-consultants must submit current SF 330 Part II).
The submittals must reach the below specified office not later than by 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 offerors 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 for the last minute to submit 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
Building 250, Room 147, Camp Zama
Zama-shi, Kanagawa-ken, Japan 252-8511
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 Sections A-G of the SF330 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. CPARS reports and PPQs are not counted in the page limit. Tabs and dividers will not count toward the page limit. Solicitation packages are not provided. This is not a request for proposal.
Any questions, requests for explanation or interpretation of this Notice of Procurement must be submitted to the Government point of contacts listed below by 2:00 P.M. Japan Standard Time on 7 January 2019.
Government points of contact:
Emi Hashiguchi,
Purchasing and Contract Specialist
046-407-5349 (from Japan)
Emi.hashiguchi.ln@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@usace.army.mil