Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2009 FBO #2748
SOLICITATION NOTICE

C -- Solicitation Notice For Indefinite Delivery Contract (IDC) for Architect and Engineering (A-E) Services for Cost Engineering to Support the Mobile District and South Atlantic Division Cost Engineering Workload.

Notice Date
6/3/2009
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Engineer District, Mobile, US Army Engineer District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-09-R-0068
 
Response Due
7/15/2009
 
Archive Date
9/13/2009
 
Point of Contact
Terricka D. Leonard, 251-441-6500<br />
 
E-Mail Address
US Army Engineer District, Mobile
(terricka.d.leonard@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This notice is posted in its entirety and hereby serves as the official solicitation for this contract. POINT OF CONTACT FOR THIS ANNOUNCEMENT IS MRS. MARY F. BRELAND. SUBMIT QUESTIONS VIA E-MAIL TO mary.f.breland@usace.army.mil. CONTRACT INFORMATION: A-E services are required for an Indefinite Delivery Contract (IDC) for Architect and Engineering (A-E) Services for Cost Engineering to Support the Mobile District and South Atlantic Division Cost Engineering Workload. This announcement will result with at least two (2) awards being made in a combination from Small-Business Set-Aside, and Unrestricted basis. It is the intent of the Government to initially award one (1) contracts from the Unrestricted selection, and one (1) from the Small-Business Set-Aside. The Small Business size standard is a maximum of $4.5 million of average annual receipts for its preceding 3 fiscal years. The contract term for the Unrestricted and the Small Business Set-Aside will not exceed a total of five (5) years. All firms responding to this solicitation MUST identify in which category they are submitting. All firms must state the words (UNRESTRICTED), or (SMALL BUSINESS) after the solicitation number in PART I, A. Block 3 of form SF 330. A separate response (SF 330) MUST be submitted for each category in which the firm wants consideration. There is a possibility that additional contracts may be awarded on this solicitation. Only firms considered highly qualified will be awarded a contract. No one firm will receive more than one award as a result of this solicitation. A firm fixed price contract will be negotiated. Rates will be negotiated for each 12-month period of the contract. Work under this contract to be subject to satisfactory negotiation of individual task orders, with the total IDC contract value not to exceed $5,000,000 for Unrestricted basis over the five (5)-year life of the contract, and $5,000,000 for Small-Business Set-Aside over the five (5)-year life of the contract. Contracts may be issued up to one (1) year after selection approval. Contract limits and contract size will be determined at the time of selection. Selection of A-E firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. All interested Architect-Engineers are reminded that, in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged firms. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. The subcontracting goals for this contract are as follows: a minimum of 70% of the contractor's intended subcontract amount be placed with Small Businesses (SB), 6.2% be placed with Small Disadvantaged Businesses (SDB), 7.0% be placed with Women-Owned Small Businesses (WOSB), 9.8% be placed with HUB Zone Small Business, 3.0% be placed with Veteran-Owned Small Business and 0.9% be placed with Service-Disabled Veteran-Owned Small Business. If a large business firm is selected for this contract it will be required to submit a detailed subcontracting plan during contract negotiation. If the selected firm intends to submit a plan with lesser goals, it must submit written rationale in the plan why the above goals can not be met. The North American Industry Classification System (NAICS) code for this action is 541330. PROJECT INFORMATION: The contract will be used to perform Civil Works, Military, U.S. Army Medical Command (MEDCOM), Support for Others (SFO), and Hazardous Toxic & Radioactive Waste (HTRW) cost engineering services mainly in the States of Alabama, Florida, Georgia, Mississippi, Tennessee; with possible work in South or Central America and other locations as may be assigned to the Mobile District. The firm selected must be capable of providing complete cost engineering services to include the preparation of cost estimates from programming/conceptual through final design on a variety of Civil, Military, MEDCOM, SFO, and HTRW projects. The firm selected will also be required to perform cost estimating review in accordance with the Mobile District guidance, perform cost analysis, attend meetings, site investigations, prepare Change Order cost estimates and assist in negotiations, if required. The firm must have cost engineering specialist(s) for each required design discipline, such as architectural, structural, civil, mechanical, and electrical. The cost engineering specialist(s) must be certified by a professional cost organization, such as Association for the Advancement of Cost Engineering (AACE), International Cost Engineering Council (ICEC), Professional Construction Estimators Association (PCEA), American Society of Professional Estimators (ASPE) or equivalent. The cost estimators must spend the majority of their time performing cost engineering functions, and must be specifically identified, and their competence indicated by resume, in Section E of the SF 330. Individual resumes are limited to one page each. In addition, the firm selected must demonstrate experience in using MCACES Second Generation (MII) and PACES software. The selected firm must indicate their willingness to train all their cost engineers/estimators in the use of both software packages. All applicable training costs will be borne by the selected firm. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A thru D are primary. Criteria E is secondary and will only be used as tie-breaker among technically equal firms. A. Professional Qualifications: The selected firm must have, either in-house or through consultants, the following Cost Engineering disciplines, with registration required where applicable: (1) Architect; (2) Structural; (3) Civil; (4) Mechanical; (5) Electrical; (6) Value Engineering; (7) Scheduler. The firms cost engineering specialist(s) must be certified by a professional organization, such as AACE, ICEC, PCEA, ASPE or equivalent. B. Specialized Experience and Technical Competence in: (1) Preparing cost estimates utilizing the following estimating software: MII and PACES. The firm selected must demonstrate experience utilizing this software; (2) Preparing cost estimates for Civil Works, Military, MEDCOM, SFO, and HTRW projects; (3) Preparing programming/conceptual, parametric, final design, and change order estimates; (4) Preparing cost estimates for projects in Latin America; (5) Scheduling with specialized experience and technical competence in preparing construction schedules for both horizontal and vertical construction projects that result in a construction duration that can be used in bidding a project. Schedule shall include a breakdown of all construction activities with related durations in a neat, orderly fashion. Said schedule may be included in the construction solicitation, therefore it must be accurate and defendable; (6) The ability to provide quick turnaround of task orders; (7) Preparation of Value Engineering Studies; (8) Describe the firm's quality management plan, quality assurance, and coordination of the in-house work with consultants. C. Capacity to Accomplish the Work: The capacity to accomplish at least three (3) $25,000 individual task orders simultaneously. D. Past Performance: Past performance on Department of Defense (DOD) contracts with respect to cost control, quality of work, and compliance with performance schedules. E. Small Business, Small Disadvantaged Business and Women-Owned Small Business Participation: Extent of participation of small businesses, small disadvantaged businesses, women-owned small businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit one (1) completed and bound paper copy of their SF 330 (Architect-Engineer Qualifications) to: U.S. Army Corps of Engineers, Mobile District, CESAM-EN-DW, ATTN: Mrs. Mary F. Breland, 109 St. Joseph Street, Mobile, AL 36602. This is not a request for proposal. Solicitation packages are not provided. Submittals must be received no later than 3:00 P.M. Central Time on 15 JULY 2009. Regulation requires that the Selection Board not consider any submittals received after this time and date. Late proposal rules in FAR 15.208 will be followed for submittals received after 3:00 P.M. Central Time on the closing date specified in this announcement. All firms responding to this solicitation MUST identify in which category they are submitting. All firms must state the words (UNRESTRICTED), or (SMALL BUSINESS) after the solicitation number in PART I, A, Block 3 of form SF 330. A separate response (SF 330) MUST be submitted for each category in which the firm wants consideration. SF 330, 6/2004 edition, must be used, and may be obtained from the Government Printing Office or from the following web site: http://contacts.gsa.gov/webforms.nsf/22f268ed0a398629852569a4006ed7cc?OpenView&Start=30. Include DUNS number in Block 5 of the SF330 PART I, Section B. A firm located within the United States may obtain a DUNS number by calling Dun and Bradstreet at 1-866-705-5711 or via the Internet at http://www.dnb.com/us/. If the firm is located outside the United States, the local Dun and Bradstreet office should be contacted. All fonts shall be at least 10 pitch or larger. THE MAXIMUM PAGE COUNT FOR PART I WILL NOT EXCEED 60 PAGES. Blank sheets/Tabs separating the sections within the SF 330 will not count in the page-count maximum for PART I. Pages shall be 8-1/2 inches by 11 inches. The Organization Chart required in Section D and the Matrix required as Section G, PART I of the SF330 may be presented on a sheet up to 11 inches by 17 inches. If an 11 inch by 17 inch sheet is used it shall be neatly folded to 8-1/2 inches by 11 inches, bound in the SF330 at the proper location, and counted as one page. A maximum of ten (10) projects including the prime and consultants will be reviewed in PART I, Section F. Use no more than one (1) page per project. When listing projects in PART I, Section F an Indefinite Delivery Contract (IDC) with multiple Task Orders as examples is not considered a project. A task order executed under an IDC contract is a project. In Block G-26, along with the name, include the firm with which the person is associated. Section H shall be limited to no more than ten (10) pages. A Part II is required for each branch office of the Prime Firm and any Subcontractors that will have a key role in the proposed contract. The A-E Evaluation Board (Selection Board) is tentatively scheduled to commence on or about 20 JULY 2009. As required by acquisition regulations, interviews for the purpose of discussing the qualifications of the prospective contractors for the contract will be conducted only for those firms considered most highly qualified after submittal review by the selection board. Interviews will be conducted by telephone and will most likely occur the same week that the Selection Board convenes. Phone calls to discuss the solicitation are discouraged unless absolutely necessary. Personal visits for the purpose of discussing this solicitation are not allowed. To verify your proposal has been delivered, you may e-mail Mary Breland at: mary.f.breland@usace.army.mil. To be eligible for contract award, a firm must be registered with the Central Contractor Registration (CCR) database. For instructions on registering with the CCR, please see the CCR Web site at http://www.ccr.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-09-R-0068/listing.html)
 
Place of Performance
Address: US Army Engineer District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL<br />
Zip Code: 36628-0001<br />
 
Record
SN01835010-W 20090605/090603235509-53a91ee466ef1bfefcd9b4171601bffb (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.