SOURCES SOUGHT
C -- INDEFINITE DELIVERY ARCHITECT-ENGINEER CONTRACT FOR VALUE ENGINEERING AND RELATED SERVICES, PRIMARILY VARIOUS LOCATIONS WITHIN THE SOUTHWESTERN DIVISION BOUNDARIES
- Notice Date
- 3/13/2007
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
- ZIP Code
- 76102-0300
- Solicitation Number
- W9126G-07-R-0052
- Response Due
- 4/12/2007
- Archive Date
- 6/11/2007
- Small Business Set-Aside
- N/A
- Description
- 1. CONTRACT INFORMATION: a. General: This indefinite delivery/indefinite quantities (IDIQ) architectural/engineering (A-E) Services contract is being procured in accordance with PL-582 (Brooks A-E Act) and implemented in FAR Part 36.6. A firm wil l be selected for negotiations based on demonstrated competence and qualifications for the required work. North American Industrial Classification System (NAICS) Code applicable to this project is 541330, Engineering Services, which has a size standard of $4,500,000 in average annual receipts and corresponds to SIC Code 8711. This announcement is open to all businesses regardless of size. The contract is anticipated to be awarded on or about June 2007 for a total value not to exceed $1.95 million with 2 one-year options ($650,000 for the base period and $650,000 for two one-year options and a maximum task order amount of $650,000) with a minimum guaranteed amount of $5,000 for the base and each option year. b. Nature of Work: Typical value management se rvices to be provided include facilitation, coordination, scheduling, and staffing workshops for civil, military, and environmental programs and projects at various locations. c. Contract Award Procedure: If a large business firm is selected for this ann ouncement it must comply with the FAR 52.219-9 clause regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for the Fort Worth District which will be considered in the negotiation of this acquisition are: (1) at least 51.2% of a contractors intended subcontract amount be placed with small businesses (SB); (2) at least 8.8% of a contractors intended subcontract amount be placed with small disadvantaged businesses (SDB); (3) at lea st 7.3% of a contractors intended subcontract amount be placed with women-owned SB (WOSB); (4) at least 1.5% of a contractors intended subcontract amount be placed with service-disabled veteran-owned SB; (5) at least 3.1% of a contractors intended subco ntract amount be placed with HUB Zone SB. The plan is not required as part of this submittal, but will be required with the fee proposal of the large business firm selected for negotiations. Before a small disadvantaged business is proposed as a potential subcontractor, they must be certified by the U.S. Small Business Administration and registered in the Central Contractor Registration (CCR) database. Failure of a proposed small disadvantaged business to be certified by the U.S. Small Business Administra tion at the time the SF 330 is submitted will result in their elimination as a proposed subcontractor. The proposed services will be obtained by Negotiated Firm-Fixed Price Indefinite Delivery/Indefinite Quantity Contract. To be eligible for contract awa rd, a firm must be registered in the CCR. Register via the CCR Internet site at http://www.ccr.gov. 2. PROJECT INFORMATION: Typical services to be provided include facilitation; coordination; scheduling; and staffing facilitated activities listed below for civil, military, environmental programs and other projects at various nationwide locations:Value Based Program/Project Planning Charrettes demonstrated capability and experience leading planning charrettes via use of value methodology or other decis ion making tools; Value Based Project Design Charrettes demonstrated capability and experience leading design charrettes via use of value methodology or other decision making tools; Value Based Program/Project RFQ/RFP Review demonstrated capability and experience leading reviews of draft plans and specifications in the case of Design Bid Build and/or draft RFQ/RFP in the case of Design Build using value methodology or other decision making tools; Risk Determination and Mitigation for specific programs/p rojects through the use of value methodology or other available process evaluation tools; Lessons Learned Reviews demonstrated capability and experience leadi ng Project Manager and Project Delivery Teams to assist with documentation of Lessons Learned; After Action Reviews demonstrated capability and experience leading Project Manager and Project Delivery Teams to assist with documentation of After Action Rev iews; Traditional Value Engineering Workshops for Design Bid Build projects that include study of project features and design systems Certified Value Specialist (CVS) with demonstrated capability and experience leading teams through use of value methodol ogies to arrive at recommended alternatives. The technical expertise required for team members will vary depending on the needs and nature of the program or projects. Consultant must have capability to provide all services for 2 or 3 workshops in three d ifferent locations nationwide during one weeks time. Also, consultant must have ability to accomplish 2 to 3 workshops one week with 2 to 3 workshops the following week for sustained periods of time. Therefore, the firm needs to have at least four (4) e xperienced CVSs available to meet our needs. Administrative Assistants or Technical Recorders are required to take electronic notes during workshops and start formulating the draft report during the workshop. Consultant must be capable of completing all planning/coordinating/staffing/workshop activities/response to comments on draft products/provision of final products in two to two and a half weeks time. 3. SELECTION CRITERIA: Criteria (a)-(d) are primary criteria and items (e)-(g) are secondary and are used as tie-breakers among technically equal firms. Selection criteria in descending order of importance (first by major criterion and then by each sub-criterion) are as follows: (a) Specialized Experience and Technical Competence: (1) The selected firm must demonstrate recent (within the past 5 years) and significant experience in value engineering, value analysis (2) Firms must demonstrate the ability to prepare construction cost estimates using Government-furnished software M-CACES and MII. (3) F irms must demonstrate the ability to study metric designs, (4) Must demonstrate ability to provide a management system to simulate projects to obtain refined cost estimates integrated with labor-driven schedules. (b) Professional Capabilities: Firms shou ld provide resumes in the SF 330 for each VE team leader. VE team members must be registered professional engineers or architects, or have a minimum of five years of design experience with demonstrable experience and training in value engineering. Ensure that all specialized experience requirements are reflected on appropriate personnel resumes at Block 19 of the SF 330: (1) Five experienced team leaders of any professional background with SAVE certification as a Certified Value Specialist. At least one of the four (4) CVSs will be LEED certified; (2) Three cost estimators, one architect, one civil engineer, one structural engineer, one electrical engineer, one mechanical engineer, and one environmental engineer. None of the required personnel can be du al disciplined, i.e. a separate employee must be provided for each stated requirement above to meet the number required. Ensure that resumes are provided for each of the personnel specifically required. (c) Demonstrate capability to provide all services f or 2 or 3 workshops in three different locations nationwide during one weeks time and to accomplish 2 to 3 workshops for one week continuing with 2 to 3 workshops the following week for possible sustained periods of time. (d) Demonstrate past performance with respect to cost control, quality of work, and compliance with performance schedules. The following, items (e) through (g), are secondary criteria: (e) Demonstrate past performance in preparing DOD, preferably Corps of Engineers, value engineering st udies or value based design charrettes; (f) Geographical Location: Firms should show familiarity with the Texas, New Mexico, Louisiana and Oklahoma areas and t heir applicable architecture, building codes, environmental regulations, seismic requirements and regulatory agencies; and (g) Volume of Federal contract awards. In Section H, Part I, SF 330, firm must show their last 12 months of Federal contract awards stated in dollars. See section 4, herein, for further instructions. 4. SUBMITTAL REQUIREMENT: Submittals shall be sent to: US Army Corps of Engineers, Fort Worth District, Attn: June Wohlbach, 819 Taylor Street, Suite 2A19, Fort Worth, Texas 76102-0 300 (P.O. Box 17300). GENERAL INSTRUCTIONS: (a) Interested firms (single firms or joint ventures) having the capabilities to perform this work must submit two copies of an SF 330 (6/2004 Edition), to the above address not later than 3:00 p.m. (Central T ime) on the response date indicated above. Late proposal rules found in FAR 15.208 will be followed for late submittals. Submission by telephonic facsimile or electronic mail will not be accepted. Personal visits to discuss this announcement will not be allowed; (b) Submit a compiled SF 330, Part I from the prime for the design team, completed in accordance with the SF 330 instructions and additional instructions herein. It must contain information in sufficient detail to identify the team (prime, other offices of the prime firm and subconsultants) proposed for the contract. Do not include company literature with the SF 330; (c) Use no smaller than 10 font type using standard English. Front and back side use of a single page will count as 2 pages. Pag es in excess of the maximums listed will not used in evaluation of the selection criteria. Foldouts are not allowed and shall not be considered. SF 330, PART 1 ADDITIONAL INSTRUCTIONS: (a) In Section C, identify the discipline/service to be supplied by each consultant; (b) In Section E, provide brief resumes of the on-staff or subconsultant employees you intend to use to perform the work. Resumes must be submitted for each employee required to meet the minimums stated above in paragraph 3b; (c) In Sec tion F, a maximum of 10 projects including the prime and subconsultants will be reviewed. Use no more than one page per project; (d) In Section G, block 26, include the firm and location the person is associated with. The names of all individuals includ ed in the resumes in Section E shall be listed in Block G-26 along with their firm location and their roles even if example project experience in Block G-28 is not applicable. Also include Team Project Organization Chart indicating how each firm on the pro posed team (prime and each subcontractor as identified in part I, section C) integrates into the composite team; (e) In Section H, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3, Selection Cri teria, of this synopsis. When addressing team capabilities, clarify planned capability, existing capability, and prior experiences if any. Include any other relevant information including a short discussion of why the firm is especially qualified based u pon the specific selection criteria listed in Section 3 herein. Under para 3g, above, provide an itemized summary of DOD awards to include Agency, Contract Number/Task Order No., and Project Title and amount. Note that award of Indefinite Delivery Contra cts should not be counted as award amounts; only actual Task Orders (This information will be used as a primary selection factor for specialized experience and secondary selection factor, volume of award. Generally, describe the firms overall Design Quality Management Plan (DQMP). (A project-specific design quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission.) Indicate the estimated percentage involvement of each firm on the proposed team. Do not exceed 20 pages for Block H. SF 330, PART II ADDITIONAL INSTRUCTIONS: (a) Responding firms must submit a copy of a c urrent and accurate SF 330, Part II for the specific prime, other offices of the prime and subcontractor offices proposed to perform the work even if one is already on file. All Part IIs MUST be signed (signed within the past 12 months) and dated either by an original handwritten signature or a cut and pasted facsimile of an original signature. Indicate in Block 5b of each p Part II if the firm is a Large Business, Small Business, HUBZone, Service Disabled Veteran-Owned Small Business, or Woman-Owned Sma ll Business. To be classified as a small business, a firms average annual receipts or sales for the preceding three fiscal years must not exceed $4.5 million; (b) In Block No. 4 Part II, provide the Data Universal Numbering system (DUNS) number issued by Dun and Bradstreet Information System (1/866-705-5711) for the prime A-E or Joint Venture. The DUNS number must be for the firm or joint venture performing the work (i.e., not the parent company DUNS number, but a DUNS number specifically for the office performing the work. Each branch office and/or joint venture must have their own DUNS number); and (c) Solicitation packages are not provided for A-E contracts and no additional project information will be given to firms during the announcement period. P oints of Contact: Contracting June Wohlbach, (817) 886-1069, Technical Jessica Napier (817) 886-1383, e-mail your questions to US Army Engineer District, Fort WorthMilitary at: june.wohlbach@swf02.usace.army.mil. This is not a request for proposal.
- Place of Performance
- Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
- Zip Code: 76102-0300
- Country: US
- Zip Code: 76102-0300
- Record
- SN01249890-W 20070315/070313221105 (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 |