Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2009 FBO #2806
SOLICITATION NOTICE

C -- Architect-Engineer (A-E) Cost Estimating Support Services

Notice Date
7/31/2009
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Huntsville, US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-09-R-0022
 
Response Due
9/1/2009
 
Archive Date
10/31/2009
 
Point of Contact
Ramin Ghadimi, 256-895-1273<br />
 
E-Mail Address
US Army Corps of Engineers, Huntsville
(ramin.ghadimi@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The services will consist of complete cost engineering services to include the preparation of cost estimates from programming/conceptual phases through final design on any of the projects and programs managed primarily at the U.S. Army Corps of Engineers, Huntsville Engineering and Support Center (USAESCH), specifically as related to the Cost Estimating Branch assignments. Services shall also include cost estimating review in accordance with the USAESCH guidance, cost analysis, participation in charrettes, attend meetings, site investigations, change order cost estimates and assistance in negotiations. A single indefinite delivery contract will be negotiated and awarded with a base year and four option years. The total amount of the contract is estimated to be $12,000,000.00. Work will be issued by negotiated firm-fixed-price (FFP) task orders. The North American Industrial Classification System (NAICS) code is 541330, which has a size standard of $4,500,000.00 in annual receipts. This acquisition is a competitive 8(a) restricted competition. To be eligible for contract award, a firm must be registered in the Department of Defense (DoD) Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3412. In addition, the firm must be certified as an 8(a) firm with the Small Business Administration (SBA) office. PROJECT INFORMATION: Specific task requirements may include preparation and/or validation of the following: cost estimates; cost estimates using specified automated systems; schedules; economic analyses; cost risk assessments using specified automated systems; and quantity takeoff and material pricing. The Contractor will also be required to provide support during negotiations; cost and pricing analysis of proposals; assistance in proposal evaluations; defense of prepared or validated construction cost estimates; training and related efforts; cost estimating support in the analysis of value engineering (VE) initiatives, participation in and/or facilitation of VE studies and participation in charrettes; preparation and/or assistance with cost engineering studies; participation in the development of cost related databases; development of historical cost information and reporting in specified automated system; and supporting services in reference to the above listing. The firm's cost estimators must spend the majority of their time performing cost engineering functions. In addition, the firm selected must have experience and be expert in the use of Microcomputer Aided Cost Estimating System Second Generation (MII) and Parametric Cost Estimating System (PACES) software. A-E firms participating in an estimate for a contract action, or in the other work identified in the scope of work associated with a prospective contract action, may not be allowed to participate in any way in follow on contract efforts. SELECTION CRITERIA: The major selection criteria are listed below in descending order of importance. Sub-criteria under each major criterion are of equal importance. Criteria (a) through (d) are primary. Criterion (e) is secondary and will only be used as a tie-breaker among technically equal firms. Primary Selection Criteria a. Professional Qualifications: Identify the professional qualifications and credentials of personnel in the key disciplines shown below that will be necessary for satisfactory performance of the required services. The Government will consider the qualifications, education, relevant and specialized experience, and training of licensed, registered, and/or certified key personnel. (1) The selected firm must have, either in-house or subcontractors, the following key disciplines: Architect, Structural Engineer, Civil Engineer, Mechanical Engineer, Electrical Engineer, Industrial Engineer, and Scheduler. Resumes shall be provided in Section E for the preceding personnel. The selected firm must have demonstrated capabilities in cost estimating and value engineering in the preceding disciplines, either in-house or through subcontractors. In addition, if a subcontractor to the primary firm, how long have they worked together and what part did they play in each of the relevant projects the firm provided as examples of their experience. (2) The firms senior engineers must be registered professional engineers or architects. Senior engineers should be certified by a professional organization, such as Association for Advancement of Cost Engineering (AACE), International Cost Engineering Council (ICEC) or Professional Construction Estimators Association (PCEA). b. Specialized Experience and Technical Competence: The contractor shall provide examples of at least 3 to 5 projects that demonstrate relevant experience in each of the following sub-factors: (1) Recent experience performed within the past three (3) years from the release of this announcement for the firm and its key subcontractors (those expected to perform 10% or more of total work) in preparing programming / conceptual, final design, and change order cost estimates for DoD projects, with emphasis on Corps of Engineers military projects. (2) Preparing cost estimates utilizing MII and parametric estimates utilizing PACES. (3) Preparing cost estimates for CONUS and OCONUS projects. (4) 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. (5) Participation in VE Studies. (6) Cost and price analysis of construction Contractor proposals. (7) Co-experience of the prime firm and key subcontractors in working together. c. Past Performance: Past performance of the prime and any key subcontractors on recent (i.e. performed within the past three (3) years from the release of this announcement) DoD contracts on projects relevant in size, scope and similarity to the services being procured under this synopsis with respect to cost control, quality of work, and compliance with performance schedules, as determined from Architect-Engineer Contract Administration Support System (ACASS), Past Performance Information Retrieval System (PPIRS), and other sources. PPIRS will be queried for all prime firms to assess performance risk. Performance evaluations for any key subcontractors will also be considered. The Government may elect to consider any credible information obtained from other sources in addition to those identified by the offeror if adequate information is not available in PPIRS. In the event that adverse past performance information is obtained from other sources, the offeror will have the opportunity to respond to any adverse information received which it had not had a previous opportunity to comment. d. Capacity to Accomplish the Work: Capacity to satisfactorily perform the work required by this synopsis to include the ability to accomplish at least two individual task orders simultaneously, which may include up to approximately $2,000,000.00 of work in a one-year period. Secondary Selection Criteria e. Equitable Distribution of DoD Contracts: Volume of DoD A-E contract awards in the last 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including small businesses and small disadvantaged businesses. SUBMISSION REQUIREMENTS: Offerors must be registered in the Central Contractor Registration (CCR) to be eligible for award. Firms may register via the CCR internet site at http://www.ccr.gov. SF-330 submissions will be received until 1200 (12:00 pm) Central Time on 1 September 2009. Interested firms having the capabilities to perform the work described above must submit seven (7) hard copies of the SF 330 Part I and SF 330 Part II for the prime firm and all key subcontractors to the Contract Specialist as follows: US Army Engineering and Support Center, CEHNC-CT-A, ATTN: Mr. Ramin Ghadimi, 4820 University Square, Huntsville AL 35816-1822. All hard copy submissions shall be identical in content. The SF 330 Part I shall not exceed 50 pages (8.5 x 11), including no more than 5 pages for Section H. Each side of a sheet of paper is considered one page. Use no smaller than 12 font type. However, firms may use no smaller than 10 pt font on organizational charts, graphs, tables and matrices. Include the firms DUNS number in the SF 330, Part I, Section H. In Section H, indicate the estimated percentage of involvement of each firm on the proposed team. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. This is not a request for proposal. Awards are anticipated to be made in February of 2010. See Numbered Notes 24. Point of Contact Ramin Ghadimi, 256-895-1273 ramin.a.ghadimi@usace.army.mil Potential Offerors are to post questions at www.projnet.org using bidder inquiry key IE7VEN-IBBUBJ. The deadline for posting questions is 2:00 PM CST on 19 August 2009. Place of Performance Contractors facilities
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-09-R-0022/listing.html)
 
Place of Performance
Address: Contractor's facilities NA NA NA<br />
Zip Code: NA<br />
 
Record
SN01894676-W 20090802/090731235344-e40fdc344f5c39bd87522ce2c9be1bbc (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.