Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 27, 2009 FBO #2925
SOLICITATION NOTICE

C -- One (1) Indefinite Delivery Contract for Cost Engineering and Scheduling services in support of the Real Property Services Field Office, Baltimore District for use within the Continental United States (CONUS)

Notice Date
11/25/2009
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-10-R-0025
 
Response Due
1/4/2010
 
Archive Date
3/5/2010
 
Point of Contact
Nina Albritton, 410-854-0737
 
E-Mail Address
US Army Corps of Engineers, Baltimore
(nina.albritton@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: One (1) Indefinite Delivery Contract for Cost Estimating, Cost Projecting, Cost Modeling, Cost Scheduling and Scheduling services are required to support the Baltimore District Real Property Services Field Office (RSFO) programs. The North American Industry Classification System (NAICS) code is 541330, which has a small business size standard maximum of $4,500,000. Awards will be for Indefinite Delivery Contracts with a five-year period. The contract will be a unrestricted competitive acquisition. It will be a firm fixed-price IDIQ contract with a maximum amount of $12,000,000. This IDC is required for various military, intelligence community, and other government projects executed by the Baltimore Districts Real Property Services Field Office (RSFO). The firm must be capable of responding to and working on multiple task orders concurrently. Project sites may be located anywhere within the continental United States (CONUS). The majority of the work will be for the Baltimore District-RSFO but the contract can be used anywhere throughout the North Atlantic Division with Baltimore District approval. Contract may be issued up to one year after selection approval. The selection process and award of a contract under this Federal Business Opportunities (FBO) announcement shall be subject to the prohibitions and restrictions of the Federal Acquisitions Regulations (FAR), Subpart 9.5, Organizational and Consultant Conflicts of Interest. Services will be procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36. To be eligible for contract award, a firm or joint venture must be registered in the DoD Central Contractor Registration (CCR). Register via the Internet site at http://www.ccr.gov/Start.aspx or by contacting the CCR Assistance Center at 1-888-227-2423. Subcontracting Plan Requirements: The Architect-Engineer selected shall be required to submit a subcontracting plan with the final proposal. All interested A-E firms are reminded that in accordance with the provisions of FAR sections 19.7, 52.219-8, 52.219-9 or equivalent DFARS Sections, they will be expected to place subcontracts to the maximum extent practical. The plan must be consistent with Section 806 (b)(2) of PL 99-661, PL 100-180, and PL 100-656. Subcontract awards to all federally designated small business categories should be included in the plan. The following subcontracting goals are considered to be reasonable and achievable. Award approximately 70 percent of the total subcontracting dollars to all small business concerns, 6.2 percent of the total subcontracting dollars to small disadvantaged business, to include historically black colleges and universities or minority institutes, 7 percent of the total subcontracting dollars to women-owned small businesses (WOSB), 3 percent of the total subcontracting dollars to veteran-owned small businesses, 0.9 percent of the total subcontracting dollars to service disabled veteran-owned small business, and 9.8 percent of the total subcontracting dollars to HUBZone small business. The plan is not required with this submittal. The wages and benefits of service employees (See FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act. 2. PROJECT INFORMATION: Projects may consist of advanced cost, resource, and scheduling analyses from qualified professional staff for multi-disciplined new construction projects, alterations, renovations, maintenance and repair, tenant fit-up and operations for military, and other, non-military government agencies. The expected services shall consist of dynamic construction simulations which integrate cost, schedule, and resource allocations, from initial programming phases through actual construction phase schedule analysis support; cost, schedule, and resource estimates must address complex variables including local trades, local labor rates, productivity of local labor pool, access to construction sites, construction site management of requirements schedules, and local availability of materials and shall not rely on historical data or rules of thumb; cost estimates and associated project schedules shall be integrated with each other for each modeling scenario; and assessments of multiple construction scenarios with definitive and reusable baselines which are related to future construction requirements on military installations. Projects may include, but are not limited to secure and non-secure data, information management and electronic communications facilities; non-medical laboratories and research facilities; military testing facilities; administration facilities; warehouses; infrastructure upgrades; medical treatment facilities; community support facilities; recreational and physical fitness facilities. 3. SELECTION CRITERIA: The following selection criteria are in descending order of importance, and shall all be addressed: (a) FRIM QUALIFICATIONS: ALL personnel working on this contract must be U.S. Citizens. (b) PROFESSIONAL QUALIFICATIONS: The selected firm must have, either in-house or through consultants, the following cost and engineering disciplines, with registration required where applicable (1) Architect; (2) Structural; (3) Civil; (4) Mechanical; (5) Electrical; (6) Environmental; (7) Value Engineering; (8) Cost Engineer; (9) Cost Technician; (10) Scheduler; and (11) Risk Analyst. The firm's cost engineering specialist(s) must be certified by a professional, cost engineering related, organization, such as AACE, ICEC, PCEA, etc. (c) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: (1) Preparing cost estimates utilizing the most current version of the following estimating software: MCACES (MII) and PACES. The firm selected must demonstrate experience utilizing this software; (2) Preparing cost estimates for Civil Works and Military projects; (3) Preparing cost estimates for environmental restoration, waste management, decontamination and decommissioning design, regulatory support, confirmatory sampling, liquid waste site remediation, waste site remediation, burial ground remediation, deactivation, demolition, site security, waste operations, surveillance and maintenance, project management and management controls, miscellaneous restoration, stewardship preparation, independent closure reviews, operate and close utilities confirmatory sampling sites, and contingency review and escalation for projects at owned and leased facilities; (4) Preparing programming/ conceptual, parametric, final design, and change order estimates; (5) Preparing cost and schedule risk analysis; (6) 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. Preparing schedules with the most current version of Primavera P6 software. 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; (7) the ability to provide quick turnaround of task orders, i.e. ability to prepare proposals in 3 to 7 days; (8) Preparation of Value Engineering Studies; and (9) demonstrated ability to handle multiple task orders simultaneously. (d) PAST PERFORMANCE: Provide examples of Past Performance of the design team(s) on projects performed, especially within the past 5 years. The project list should include past and/or current contracts with the Department of Defense (DOD) and with other Government Agencies and/or private industry. Demonstrate success in providing cost, schedule, and resource estimates which were within 10% of actual contract cost, schedule, and resource allocations observed, providing quality work, and compliance with task order or contract performance schedules. Special attention shall be provided to past performance that demonstrates expert skill in creative and innovative solutions to complex problems involving cost and scheduling. (e) Work and Design Quality Management Plan: A proposed management plan shall be presented which shall include an organization chart and briefly address management approach, team organization, professional registration, quality control procedures, cost control, coordination of in-house disciplines and consultants, and prior experience of the prime firm and any of their significant consultants on similar projects. The SF 330 shall clearly indicate the primary office where the work will be performed and the staffing at this office. Due to security issues and the requirement that all individuals working on this contract be US citizens, it is likely travel from the AE home office may be necessary. This solicitation does not require individuals on the proposed team to have security clearances; only to be U.S. Citizens. All travel will be in accordance with the Joint Travel Regulations (JTR) 4. SUBMISSION REQUIREMENTS: Interested A-E firms having capabilities to perform this work must submit Parts I and II of the SF 330 for the prime and joint venture(s). Part II of the SF 330 must be submitted for each branch office of the prime contractor and all sub-contractors that have a key role in the proposed contract to the address below, no later than the date listed below. On SF 330, Part I, Block 5, include DUNS number for the prime firm. On the SF 330, Part I, Block F, provide the title and contract award dates for all projects listed in that section. Submit responses to U.S. Army Corps of Engineers, City Crescent Building, ATTN: Nina Albritton, Room 7000, 10 South Howard Street, Baltimore, MD 21201. Technical questions should be directed to Mr. Mark Wherry at (410) 854-0727 or Mark.L.Wherry@usace.army.mil. Contracting questions should be directed to Ms. Nina Albritton at (410) 854-0737 or Nina.Albritton@usace.army.mil. These forms shall be submitted to the above address not later than 3:00 P.M. on January 4th, 2010. An original and four copies of the SF 330 submission are required. Part I of the SF 330 shall have a page limit of 100 pages. A page is one side of a sheet. Foldouts are discouraged; if used, they will count as two pages. Be advised that the Baltimore District does not maintain SF-330s at this office. Font size shall not be smaller than 12 fonts. Effective immediately, the use of DUNS+4 numbers to identify vendors is limited to identifying different CCR records for the same vendor at the same physical location. For example, a vendor could have two records for themselves at the same physical location to identify two separate bank accounts. If you do not have a DUNS number, or want to register subsidiaries and other entities, call Dun and Bradstreet at 1-866-705-5711. Solicitation packages are not provided. NOTE: In order to maintain total objectivity in the AE selection process, phone calls and e-mails to discuss this announcement are discouraged unless absolutely necessary. Personal visits for the purpose of discussing this announcement will not be scheduled. This is not a request for proposal. Please do not request a solicitation package for this project. This is strictly Architect Engineering, (NAICS Code 541330) submittals of SF 330s only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-10-R-0025/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21203
 
Record
SN02011951-W 20091127/091125235351-67b599b89838793926290234c2d57760 (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.