Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2007 FBO #1944
SOLICITATION NOTICE

C -- Architect/Engineer Services for one Indefinite Delivery/Indefinite Quanity contract for Value Engineering and Value Management Services for projects within the Great Lakes and Ohio River Division Mission Boundaries

Notice Date
3/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Corps of Engineers, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-07-R-0044
 
Response Due
4/24/2007
 
Archive Date
6/23/2007
 
Small Business Set-Aside
N/A
 
Description
GENERAL CONTRACT INFORMATION: NAICS code for this procurement is 541330. This announcement is open to all businesses regardless of size. The proposed services, which will be obtained by a negotiated Firm Fixed Price Contract, are for a variety of Arc hitect/Engineer Value Engineering/Value Management services for various military, environmental, and Civil Works projects primarily within the Great Lakes and Ohio River Division mission boundaries. The Louisville District Army Reserve and Air Force Reserv e design missions are nationwide. Projects outside the primary mission area of responsibility may be added at the Governments discretion upon agreement of the A/E firm. Projects will be awarded by individual task orders. The maximum amount of the contract shall not exceed $3,000,000.00. Task orders are expected to range from $20,000 to $250,000; however larger task orders up to the maximum contract value may be awarded. The contract period is a three year cumulative period from the date of award. If a larg e business is selected to negotiate a contract, the firm will be required to present an acceptable Small Business Subcontracting Plan in accordance with Public Law 95-507 prior to award of the contract. The current subcontracting goals are 51.2% to Small B usinesses, 7.3% to Woman Owned Small Business, 8.8 % to Small Disadvantaged Business, 1.5% to Service Disabled Veteran Owned Small Business, and 3.1% to HUBZone Small Business. These percentages are applied to the total amount of subcontracted dollars. Si gnificant emphasis will be placed on the A/Es quality control procedures, as the District will perform the Quality Assurance role only. Estimated start date is July 2007. To be eligible for award, a firm must have a DUNS number and be registered in the Do D Central Contractor Registration (CCR) database, via the CCR Internet site at http://ccr.gov or by contacting the DoD Electronic Commerce Information Center at (800) 334-3414. Register to provide representations and certifications at http://orca.bpn.gov. 2. PROJECT INFORMATION: The services to be performed under this contract may be formal VE studies and/or VE/Value Management studies/reviews including presentations and will be so designated in each task order. Proposals must indicate capability to complet e task orders in two weeks or less from receipt of the notice to proceed and perform 3 workshops in three different nationwide locations during one weeks time. Also, firms must demonstrate the ability to accomplish, within a specified schedule, 3 worksho ps weekly for sustained periods of time. Tasks may include using value methodology or other decision making tools to: perform value-based program/project planning charrettes; performing value-based project design charrettes; leading value based review of requests for proposals and/or plans & specifications; preparing risk determinations and mitigation plans for specific programs/projects; leading lessons learned reviews and after action reviews including participation from project managers, HQUSACE, and pr oject delivery teams to assist with documentation of such reviews; performing traditional Value Engineering workshops for design/bid/build projects that include study of project features and design systems to arrive at recommended alternatives following t he five step plan as recognized by the Society of American Value Engineers (SAVE) International. Members of the team must be knowledgeable in VE methodology, and the team leaders must be a Certified Value Specialists (CVS) currently certified by SAVE Inter national. VE reports and other products are to be assembled and distributed within one week of completion of the study/charrette/review session. Projects and programs requiring VE services may include large military facilities and campuses, complex navigat ion and flood protection features, extensive environmental restoration projects, headquarters-level program assessments and evaluations of agency-wide engineer ing business procedures; projects may also be designed in metric units, therefore, team members must have knowledge and experience in metric design units. 3. SELECTION CRITERIA: SELECTION CRITERIA: The selection criteria are listed below. Criteria a-d are primary and criterion e is secondary: a. Professional Qualifications: resumes for two registered professionals in the following fields are required: civil, structural (independent of civil), mechanical, electrical, and environmental engineering, and archi tecture. Two registered professionals qualified by a combination of education, certification, and/or experience are required in the field of cost engineering/constructability/construction management; these individuals should have expertise in integrating tradeoffs between various construction approaches for enhanced project value. In addition, at least one professional, qualified by a combination of education, registration, certification, and/or training, is required in each of the following fields; a reg istered communications distribution designer (RCDD), a Realty Specialist, and a Design/Adapt/Build Procurement Specialist. Five resumes for Certified Value Specialists certified by the Society for American Value Engineering (SAVE) are also required; each C VS must also be a licensed Professional Engineer or Registered Architect and have a minimum of 5 years experience facilitating VE/VM activities. Individuals may not be dual-hatted for more than one project role. Only resumes identifying the professionalism and specialized experience of the study group are necessary. Other available personnel such as experienced technical recorders/administrative assistants and additional technical team members may be specified in paragraph H of the SF 330. b. Specialized Ex perience and technical competence in the expected activities identified above, to include experience of the team and firm in design of building-type construction and related activities such as utilities, site work, etc., environmental restoration projects, and technical competence. Experience with: design/build project methodology, experience coordinating/organizing large and diverse groups with various agendas and facilitating same to arrive at a common list of objectives and requirements for programs and projects; planning, coordinating, staffing, execution and reporting associated with Value Management studies/workshops for complex military, environmental, and Civil Works programs and projects; leading/facilitating planning and design charrettes and produ ct review process; technical writing and report preparation; electronic production and distribution on schedule of workshop agendas (prior to start of workshop), creative ideas (at midpoint), draft final recommendations (at conclusion of workshop -same day ), draft final workshop report (early the following week). Project experience utilizing Sustainable Design (using an integrated design approach and emphasizing environmental stewardship, with experience in energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction, reduction or elimination of toxic and harmful substances in facilities construction and operation; efficiency in resource and materials utilization, development of health, safe and productive work envir onments; and employing the SPiRiT and LEED evaluation and certification methods), Building Information Modeling (BIM), and anti-terrorism and force protection measures. The individuals identified by project roles may not be dual-hatted. In addition, the f ollowing must be addressed in Section H of the SF330: a brief Quality Management Plan including an explanation of the firms management approach; management of subcontractors (if applicable); quality control procedures (for all products including reports a nd electronic documents); procedures to insure that internal resources are not over-committed; and an organizational chart showing the inter-relationship of man agement and various team components (including subcontractors). In Section H also indicate the estimated percentages involvement of each firm on the proposed team. c. Capacity to complete the work in the required time as discussed in paragraph 2, above. d. Past performance on DOD and other contracts with respect to cost control, quality of work and compliance with performance schedules. e). Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the pro posed contact team, measured as a percentage of the estimated effort. 4. SUBMISSION REQUIRMENTS: Interested firms having the capabilities to perform this work must submit one paper copy and one electronic copy on one CD of the SF 330, Part I, and one paper copy of SF 330, Part II for the prime firm. Each branch office that w ill have a key role in the proposed contract must also submit a copy of the SF 330 Part II. Responding firms must submit a current and accurate SF330, Part II, for each proposed consultant. The proposal shall be submitted as one file using Microsoft Word ( .doc) or Adobe Acrobat (.pdf). Font size shall be 10 or larger. Any firm with an electronic mailbox responding to the solicitation should identify such address in the SF330, Part I. Please identify the Dun & Bradstreet number of the office(s) performing th e work in Block 4 of the SF330, Part II. Dun & Bradstreet numbers may be obtained by contacting 1-866-705-5711, or via the internet at www.dnb.com. The SF 330 will be no longer than 100 pages in length (excluding the SF330, Part IIs) and Section H will be 10 pages or less in length. Each printed side of a page will count as one page. All responses on SF 330 to this announcement must be received no later than 4: 30 p.m. local time on 24 April 2007. The business size status (large, small and/or minority) shou ld be indicated in Block 3b of the SF 330 Part II. Definition: A concern is small if the annual receipts averaged over the past 3 fiscal years do not exceed $4.5 million. No other information including pamphlets or booklets is requested or required. Facsim ile transmissions will not be accepted. No other general notification to firms under consideration for this project will be made. Solicitation packages are not provided for A/E contracts and no additional project information will be given to firms during t he announcement period. Release of firm status will occur within 10 days after approval of any selection. Submit responses to U.S. Army Corps of Engineers, 600 M.L. King, Jr. Pl., Room 821, Louisville, KY 40202. Contracting point of contact is Lisa Rosebe rry 502-315-6190.
 
Place of Performance
Address: US Army Corps of Engineers, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
Country: US
 
Record
SN01257191-W 20070324/070322221540 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.