Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2010 FBO #3014
MODIFICATION

C -- Architect-Engineer Design Services - Indefinite Delivery Indefinite Quantity (IDIQ) Contracts for Value Engineering Services

Notice Date
2/22/2010
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F10R0020
 
Response Due
2/26/2010
 
Archive Date
4/27/2010
 
Point of Contact
Polina Poluektova, 402-995-2091
 
E-Mail Address
USACE District, Omaha
(polina.a.poluektova@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
INDEFINITE DELIVERY/INDEFINITE QUANTITY TYPE ARCHITECT-ENGINEER CONTRACTS FOR VALUE ENGINEERING SERVICES Project: A-E Design Services Indefinite Delivery, Indefinite Quantity Value Engineering Services Contracts Solicitation Number: W9128F-10-R-0020 Restrictions: Set-Aside for Small Businesses Contact: Polina Poluektova, 402-995-2091 or polina.a.poluektova@usace.army.mil Issue Date: 1/27/2010 Closing Date: 2/26/2010 1. CONTRACT INFORMATION: Architect-Engineer Value Engineering services are required for up to four (4) Indefinite Delivery/Indefinite Quality (IDIQ) contracts to support the U.S. Army Corps of Engineers (USACE) Omaha District Value Engineering program. All four (4) contracts will be restricted to Small Business Concerns in accordance with FAR 19.5 (Set-Asides for Small Business). The North American Industry Classification System (NAICS) code 541330, which has a size standard of $4,500,000 in average gross annual receipts over the past 3 fiscal years. These contracts may be shared with other USACE Districts across the country if the contractor(s) is willing to do so and capacity is available. This solicitation will facilitate award of up to 4 (four) contracts not to exceed 5 (five) years. Each of the 4 (four) individual contracts will have a maximum capacity $1 million over the 5 (five) year time period. The contract will have a base period of one year and 4 (four) option year periods of one year each. The minimum guarantee amount for the base period is $2,500. Each firm responding to this solicitation must submit an SF 330 for evaluation of Architect-Engineering qualifications (See Submission Requirements). Any questions concerning contract information will be referred to the Contracting Division POC Polina Poluektova at 402-995-2091 and via email at polina.a.poluektova@usace.army.mil. 2. SERVICES INFORMATION: The Value Engineering providers need to have background, understanding and experience using the (6) step job plan Value Engineering/Management procedures/process outlined by the Society of American Value Engineers (SAVE) (known as SAVE International) which is recognized and utilized by the U.S. Army Corps of Engineers (USACE). Responding firms should have a Certified Value Specialist (CVS) on staff or have access to a person certified as a CVS. The offeror should be able to supply a qualified Facilitator for VE Studies (preferably a CVS), who is well versed in the (6) step job plan and possess a well rounded knowledge of Engineering and Construction applications. The offeror should be able to provide other specialists and/or knowledgeable persons in various engineering disciplines such as Architects, Electrical Engineers, Mechanical Engineers, Civil Engineers (Geotechnical, Environmental, Site Design/Roads, Hydraulic, Hydrologic, etc.). These specialists/engineering personnel should be familiar with the (6) step job plan outlined by the Society of American Value Engineers (SAVE). It would be a benefit to the offeror to have the ability to provide additional specialists such as scientists (Biologists or Chemists) familiar with the Value Engineering/Management Methodology also. Further, it would be a benefit to the offeror to have engineering discipline personnel available familiar with USACE Engineering/Construction for Military Construction, Civil Works and Hazardous, Toxic, Radiation, Waste (HTRW) type projects. All technical questions should be directed to Mr. Richard Stricker, (402) 995-2412, or via email to richard.a.stricker@usace.army.mil. 3. SELECTION CRITERIA: Selection for this solicitation will be based upon the following criteria listed in descending order of importance. Direct selection criteria questions to Polina Poluektova at 402-995-2091 and via email at polina.a.poluektova@usace.army.mil. a. Demonstrate background, understanding and experience using the (6) step job plan Value Engineering/Management procedures/process outlined by the Society of American Value Engineers (SAVE) (known as SAVE International). b. Demonstrate ability to provide a Certified Value Specialist (CVS). c. Demonstrate familiarity with USACE Engineering/Construction for Military Construction, Civil Works and Hazardous, Toxic, Radiation, Waste (HTRW) type projects. Familiarity of work within the Omaha District is beneficial. d. Provide three samples of previous Value Engineering Studies on CDs. e. Demonstrate ability to provide sufficient technical staff identified in Services Information. 4. SUBMISSION REQUIREMENTS: a. Interested firms must submit three copies, each containing Parts I and II of the SF 330 information. Each copy shall be divided by tabs (dividers) separating Parts I and II, and tabs dividing the subsequent sections from each other (Note: Parts I, II, and Subsequent Sections are as defined in the SF330 Instructions). The SF330 shall have a page limit of 150 pages. A page is one side of a sheet, 8-1/2 by 11. If a fold out is used, each sheet of a fold out shall count as a minimum of 2 pages. Font size shall not be less than 10 font. b. Include the firm's DUNS number with the firm's name on the SF330, Part I, Block B., 5. If you do not have a DUNS number, contact Dunn and Bradstreet at 1-866-705-5711. In addition, on the SF330, Part I, Block C., provide the DUNS number for each consultant, if available. NOTE: Previous ACASS numbers that may have been assigned to your firm are obsolete, and therefore not required. c. SF 330, Part I, Section H (Additional Information) shall contain the following information. (1) Item 1 - Management Plan. (2) Item 2 - Capacity to complete the work. Provide a 1-2 page narrative discussing the capacity of the design firm to meet schedules, including adequacy of qualified personnel available and past experience in meeting tight design schedules. d. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. Information regarding registration can be obtained on line at www.ccr.gov or through CCR Assistance Center (CCRAC) at 1-888-227-2423 or 269-961-4725. 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 Dunn and Bradstreet at 1- 866-705-5711. Registration in the Online Representations and Certifications (ORCA) is also a contract requirement. ORCA registration is available at www.bpn.gov. e. Mailing address for submission: US Army Corps of Engineers, 1616 Capital Avenue, Omaha, NE, 68102, ATTN: CECT-NWO-M Polina Poluektova. Clearly mark your submittal with the Solicitation Number W9128F-10-R-0020. Ms. Poluektova can be reached at 402-995-2091 or via email: polina.a.poluektova@usace.army.mil. All technical questions should be directed to Mr. Richard Stricker, (402) 995-2412 or via email richard.a.stricker@usace.army.mil. Solicitation packages will not be provided. This is not a request for proposal. Submittals must be received no later than 2:00 PM Central Time, 26 February 2010. Personal visits for the purpose of discussing this announcement will not be scheduled. Please check for updates to this announcement at www.fbo.gov (Federal Business Opportunities).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F10R0020/listing.html)
 
Place of Performance
Address: USACE District, Omaha 1616 Capital Ave, Omaha NE
Zip Code: 68102-4901
 
Record
SN02071398-W 20100224/100223000040-004c3d0fb1793048ec1a3a73b20d05ed (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.