Search Contract Opportunities

AE Service, Design for Repair Command Post, USFJ and 5th Air Force, Yokota Air Base, Japan

ID: FA520916R9000 • Type: Sources Sought

Description

Posted: Oct. 21, 2015, 9:42 p.m. EDT
Please be informed that the subject project is currently on hold. Please pause all of your submittal preparation until further notice. The Government will provide you wiht the updated information as soon as able. We are very sorry for your inconvenience.
Posted: Oct. 12, 2015, 8:32 p.m. EDT
Posted: Oct. 4, 2015, 10:18 p.m. EDT
Posted: Sept. 28, 2015, 10:03 p.m. EDT

This Sources Sought is an official request for Standard Form 330 submittal. Multi-discipline design services procured in accordance with Federal Acquisition Regulation (FAR) Part 36 and its supplements are required to support, primarily, the 374th Civil Engineer Squadron (374th CES) Yokota Air Base, Japan. The North American Industry Classification System (NAICS) Code for this acquisition is: 541330, Engineer Services, which corresponds to SIC Code 8711. The contractor shall complete on-line Representation and certifications at www.sam.gov. Interested parties must submit an expression of interest in accordance with the instructions in this announcement. One contract will be awarded from responses to this announcement. The contract will be for Title I Architect-Engineer design services. The estimated construction cost of the project is approximately $36,000,000 (or the Japanese Yen equivalent).

Work may include, but not limited to, project design, environmental sampling, and energy modeling which covers facility renovation utilizing Title I Services for Building 714, Command Post, Yokota Air Base, Japan. The contract will be multidiscipline and may include a combination of architectural, interior design, asbestos and toxic waste abatement, civil, environmental, mechanical, electrical, structural and fire protection work. All work must be performed by or under the direct supervision of licensed professional architects or engineers. A-E shall incorporate the applicable Japanese Industrial Standards to develop specifications to be used for this project. The "Example Projects" (Section F of Standard Form 330) provided shall include appropriate information regarding the overall cost control processes used, the clients' assessments of the quality of the services provided, and discussion of the design issues that affected the schedule. Also state if any of the projects are either certified or registered to be certified with the LEED Green Building Rating System. A-E firms must have Past Performance provided by previous clients. For each project listed in the "Example Projects" in Standard Form 330, provide a copy of the Contractor Performance Assessment Report (CPAR) or a letter of reference from the individual listed in block 23. A copy of the CPARs or a letter of reference will not be counted in the maximum total page number of 60 pages.

Significant evaluation factors in descending order of importance are:

1. Professional Qualifications: Include key personnel for the following disciplines: project management, fire protection work, architectural, mechanical, electrical, interior design, asbestos and hazardous/toxic waste abatement, civil, environmental, structural, and cost estimating. Submittals will be reviewed based on the qualifications necessary to perform the required services, including professional registration of members of the firm.

2. Specialized Experience and Technical Competency: Include the specialized experience and technical competence of key personnel listed in professional qualifications, including experience with seismic conditions common to Japan, capabilities to address the identification and quantification of asbestos and other hazardous and toxic waste materials, and the understanding of unique design requirements associated repair and alteration of existing facilities to include utilities, fire protection, and sustainable design practices. Include organizational competency, including management experience and project approach. Submittals will be reviewed based on experience with Government design projects, as well as private project experience.

3. Capacity: Firms must demonstrate adequate team capacity to proceed with work and accomplish it in a timely manner once a notice-to-proceed (NTP) is issued.

4. Past Performance: Offerors shall demonstrate past performance on contracts with Government or private industry in terms of cost control (describe the process and qualifications of key personnel responsible), quality of work, process for compliance with performance schedules (and key individual responsible), cooperation with client and compliance with contract requirements.

5. Availability and Local Familiarity: Geographical location of the firm (either US firm and/or joint venture host nation firm) to the worksite and demonstrated knowledge of the project locality. Multi-lingual capabilities to effectively communicate with stakeholders and regulatory offices pertaining to this project.

Firms that meet the requirements described in this announcement are invited to submit a letter of interest and a completed Standard Form 330. Submit one (1) original, five (5) extra copies and one (1) CD-ROM. Submittals shall be limited to 60 pages (Letter size or A4 size paper), not including the cover letter and the copies of CPARS/references. Any pages larger than A4 will be counted as 2 pages each. Any additional pages submitted beyond 60 will not be considered when the submittal is evaluated. Each side of a printed page shall count as a page; any and all cover pages shall each count as a page. Submittal/document format shall be in 12 point font (no preferred font style) and shall have margins no smaller than 1/2 inch. Required fonts available on Standard Form 330 (Rev. 2013) are acceptable. Part II of the Standard Form 330 count towards the total limit of 60 pages. All tabs and dividers will be counted as part of the 60 page limit. A CD Divider /holder will not be counted as a part of the 60 page limit. Unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete effective response to this announcement are not desired. Address and mail the submission to: 374 CONS/LGCB, Attn: Ms. Namiko Kaneko, Unit 5228, APO, AP 96328-5228, Bldg 620, Yokota Air Base, Tokyo, Japan (Japanese Local Address for Local firms: Unit 5228, Bldg 620, Yokota Air Base, Fussa-shi, Tokyo, 197-0001, Japan) . Responses to this announcement are physically due to this office at the address indicated no later than 2:00 PM (Japanese Standard Time) on 26 OCT 15, although FBO posting only allows us to show in the US Time. Responses physically received after this date and time will not be considered even if the Post Office has posted the response before the above time and date. No further posting or general notification to firms under consideration for this project will be made. This is not a request for proposal (RFP).

Overview

Response Deadline
Oct. 26, 2015, 3:00 p.m. EDT Past Due
Posted
Sept. 28, 2015, 10:03 p.m. EDT (updated: Oct. 21, 2015, 9:42 p.m. EDT)
Set Aside
None
Place of Performance
Yokota Air Base, Fussa-shi, Tokyo, Japan Tokyo JPN
Source
SAM

Current SBA Size Standard
$25.5 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
30%
On 9/28/15 Pacific Air Forces issued Sources Sought FA520916R9000 for AE Service, Design for Repair Command Post, USFJ and 5th Air Force, Yokota Air Base, Japan due 10/26/15. The opportunity was issued full & open with NAICS 541330 and PSC C.
Primary Contact
Title
Contracting Officer
Name
Namiko Kaneko   Profile
Phone
81-42-551-6735
Fax
81-42-530-3319

Secondary Contact

Title
Contracing Officer
Name
Eriko Fukushima   Profile
Phone
81-42-551-6735
Fax
81-42-553-7786

Documents

Posted documents for Sources Sought FA520916R9000

Question & Answer

IDV Awards

Indefinite delivery vehicles awarded through Sources Sought FA520916R9000

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought FA520916R9000

Similar Active Opportunities

Open contract opportunities similar to Sources Sought FA520916R9000

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > PACAF > FA5209 374 CONS PK
FPDS Organization Code
5700-FA5209
Source Organization Code
100265516
Last Updated
Nov. 10, 2015
Last Updated By
PI33_DR_IAE_51681
Archive Date
Nov. 10, 2015