Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2010 FBO #3009
SOLICITATION NOTICE

C -- A-E SERVICES FOR ONE INDEFINITE DELIVERY CONTRACT FOR VALUE ENGINEERING AND VALUE MANAGEMENT SERVICES FOR MILITARY, ENVIRONMENTAL, AND CIVIL WORKS PROJECTS WITHIN THE NORFOLK DISTRICT AND NORTH ATLANTIC DIVISION MISSION BOUNDARIES

Notice Date
2/17/2010
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Norfolk, 803 Front Street, Norfolk, VA 23510-1096
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-10-R-0013
 
Response Due
3/18/2010
 
Archive Date
5/17/2010
 
Point of Contact
Debora Gray, (757) 201-7551
 
E-Mail Address
USACE District, Norfolk
(debora.s.gray@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
GENERAL CONTRACT INFORMATION: the proposed services are for a variety of Architect/Engineer Value Engineering/Value Management services for various military, environmental, and Civil Works projects primarily within the North Atlantic Division mission boundaries. The Norfolk District Center of Standardization (COS) 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. The type of contract proposed is an Indefinite Delivery Contract (IDC). Projects will be awarded by individual task orders. The maximum amount of the contract shall not exceed $5,000,000.00 The contractor shall provide all labor, supervision; engineering and management, materials, equipment, tools, supplies and transportation to perform all work required to complete the work. Firms will be selected for negotiation based on demonstrated competence and qualification for the required work. The Government, at its discretion, may award more than one Indefinite Delivery Contract under this announcement. Each contract will have a base period of one year from the date of award with options to extend for up to four additional one-year periods. No contract will exceed a term of five years and a maximum of $5,000,000 over a five-year period. Work will be assigned by issuing task orders. The North American Industrial Classification Code (NAICS) for this procurement is 541330, which has a size standard of $4,500,000. To be eligible for a contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR internet site at http://www.ccr.gov. 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, as determined relative to the employees office location (not the location of the work). Prospective contractors must be registered in the DoD contractor Registration (CCR) database to be considered for award of a Federal contract. Information on registration and annual confirmation requirements may be obtained by contacting the DoD Electronic Commerce Information Center at 1-800-352-9333, or via the internet at http://www.ccr.gov. Lack of registration in the CCR database may make main offer ineligible for award. 1. PROJECT INFORMATION: This required work is specified as follows: A. 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 complete task orders in two weeks or less from receipt of the notice to proceed. 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 project 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 the 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 Certified Value Specialists (CVS) and currently certified by SAVE International. 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 navigation and flood protection features, extensive environmental restoration projects, headquarters-level program assessments and evaluations of agency-wide engineering business procedures; projects may also be designed in metric units, therefore, team members must have knowledge and experience in metric design units. B. SELECTION CRITERIA: The selection criteria are listed below. Criteria a-d is primary and criterion e, f, and g are secondary: a. Professional Qualifications: resumes for one registered professional in the following fields are required: civil, structural (independent of civil), mechanical, electrical, and environmental engineering, and architecture. One registered professional 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; and a registered communications distribution designer (RCDD), Two resumes for in house Certified Value Specialists certified by the Society for American Value Engineering (SAVE) are also required; each CVS 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 represent two disciplines 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 Experience 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 product 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 environments; 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 following 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 and electronic documents); procedures to insure that internal resources are not over-committed; and an organizational chart showing the inter-relationship of management 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. Firms must demonstrate the ability of their design team by providing examples of quality work. Present examples of management tools that validate competence with budgetary and scheduling constraints and present a recent history of compliance with performance schedules. The evaluation will consider the experience of the firm and any consultants in similar size projects, and the availability of an adequate number of personnel in key disciplines. Specific project delivery due dates and actual date completed must be provided. 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 proposed contact team, measured as a percentage of the estimated effort. Extent of participation of small businesses including small disadvantaged businesses, women-owned, HUBZone, veteran and service disabled veteran small businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. f. Geographic Proximity to the Norfolk District. Location of the firm in the general geographic area of the Norfolk District, COE is desired, provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of this project. g. Volume of DOD Contract Awards: In the past 12 months with the objective of effecting an equitable distribution of DoD A-E contracts among qualified A-E firms, including minority-owned firms, small business (SB) and small disadvantaged business (SDB) participation and firms that have not had prior DoD contracts, which will only be considered when used as a tie-breaker. Considerations may include: 1. ACASS Retrievals 2. Current workload as listed in Section H of the SF 330 3. Equitable distribution of work among A-E firms, as stated above specialized experience should specifically state as many unique design requirements as possible, and shall include special computer requirements, quality control, and prime/sub relationships as well as knowledge of the project locality if important. C. 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 no later than 4:30 pm on March 18, 2010. Each branch office that will 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 the 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. The business size status (large, small and/or minority) should 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. Facsimile 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 the 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, 803 Front Street, Norfolk, VA 23510. Contracting point of contact is Debora S. Gray phone 757-201-7551.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-10-R-0013/listing.html)
 
Place of Performance
Address: USACE District, Norfolk 803 Front Street, Norfolk VA
Zip Code: 23510-1096
 
Record
SN02066711-W 20100219/100217234507-845ba722a6f409de6f360ae79bae03b3 (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.