Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 15, 2018 FBO #6231
SOURCES SOUGHT

C -- IDIQ AE Services Contract for Cost Engineering, Value Engineering, and Scheduling Services

Notice Date
12/13/2018
 
Notice Type
Synopsis
 
NAICS
541330 — Engineering Services
 
Contracting Office
N62473 NAVFAC SOUTHWEST, CAPITAL IMPROVEMENT CONTRACT CORE Attn Code RRA30 1220 Pacific Highway San Diego, CA
 
ZIP Code
92132
 
Solicitation Number
N6247319RCVES
 
Response Due
1/9/2019
 
Archive Date
1/24/2019
 
Point of Contact
Crystal Irvin, 619-532-4239, crystal.irvin@navy.mil
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis announcement, a market survey for information to be used for preliminary planning purposes. The information received will be used within the Navy to facilitate the decision making process and will not be disclosed outside of the agency. The intent of this Sources Sought Synopsis is to identify potential qualified Small Businesses, U.S. Small Business Administration (SBA) certified 8(a) Businesses, SBA certified HUBZone Small Businesses, Woman-Owned Small Businesses (WOSB) and/or Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The Sources Sought Synopsis is one facet in the Government s overall market research in regards to whether the proposed solicitation will be issued as a competitive set-aside or as full and open (unrestricted). No procurement strategy will be determined based solely on the information received in response to this Sources Sought Synopsis. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of the market research. Naval Facilities Engineering Command Southwest (NAVFAC SW) is seeking Small Business, SBA certified 8(a), SBA certified HUBZone, WOSB and/or SDVOSB sources with current relevant experience, personnel, and capability to perform the Architect-Engineer (A-E) services required for a firm fixed price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Cost Engineering, Value Engineering, and Scheduling Services at various Navy and Marine Corps Installations in California, Arizona, Nevada, Colorado, New Mexico, and Utah but may include work worldwide. The preponderance of work will be in Southern California. The goal of this announcement is to obtain information on available A-E firms who can provide Cost Engineering, Value Engineering, and Scheduling services similar to those anticipated under this contract. The type of A-E services expected to be performed under this contract may include Cost Engineering, Value Engineering, and Scheduling services for new construction, renovation/alteration, repair, and maintenance projects, with Architectural and Engineering support. Cost Engineering (CE) shall be in support of Analyses, Reports, Designs, and Change Orders. All Cost Estimates shall be broken down by the necessary material, labor and equipment elements and be prepared using the Parametric Cost Estimating System (PACES) and/or Micro-Computer Aided Cost Estimating System Second Generation (MII) with the most recent RSMeans database or MII costbook library, depending on the overall value of the task order involved and at what stage the cost is being developed. Cost Estimates shall be prepared and validated through site/field investigations, studies, surveys, analyses, reports, schematic layouts/sketches, design drawings, as-builts and program requirements for engineering and architectural work elements. The detail for each cost estimate deliverable shall be commensurate with the level of scope and design available for that submittal. The estimate content and formatting should be able to verify whether or not a contractor s pricing is technically acceptable/reasonable based on comparable vendor quotes (provide actual quote), RSMeans line items and/or other valid estimating techniques (with supporting documentation) used to make an acceptable cost determination. Services may include construction cost reduction evaluations and recommendations; bid analyses and verifications; validations of DD Form 1391 scope/cost estimate; peer review of cost estimates; review of and provide technical analysis of contractor change order cost proposals; and assistance with claims, litigations, and negotiations with boards/committees. Value Engineering (VE) services shall include facilitating and forming multi-discipline technical teams to conduct VE and/or Function Analysis Concept Development (FACD) Workshops for variety of projects. Services in support of VE and FACD Workshops may include site investigations; preparation and/or review of engineering studies/reports; cost estimates; facility and infrastructure assessments; risk assessments; Life Cycle Cost Engineering and/or Total Ownership Cost analyses; and schematic layouts/sketches. Scheduling shall be in support of Analyses and Change Orders. All schedules shall be prepared using Primavera (P6) version 15.2 or later. Services may include preparation of schedules and construction cost loaded schedules; review/analysis of base line contractor schedules and schedule updates in accordance with UFGS Section 01 32 17.05 20 and using the NAVFAC Schedule Review checklist; review/analysis of contractor change orders; time impact analysis (TIA); and assistance with claims, litigations, and negotiations with boards/committees. The North American Industry Classification System (NAICS) Code is 541330 (Engineering Services) with a Small Business Size Standard of $15,000,000. The proposed contract will be for a total performance period of five years. The estimated total contract price is $30,000,000. The minimum value of individual task orders executed under this contract is $5,000. The maximum value of individual task orders executed under this contract is $750,000. Interested Small Business, SBA certified 8(a), SBA certified HUBZone, WOSB and/or SDVOSB sources are invited to respond to this sources sought announcement by completing the following sections of the SF330 Architect-Engineer Qualifications in the following manner: Part I Contract Specific Qualifications: Note: In sections where recent experience is requested, all experience will be evaluated for market research purposes only. Firms are advised that while experience older than five years may demonstrate capability to perform the scope of work, it may not indicate that the firm could be competitive during a future solicitation where only the most recent five years of experience will be accepted. NAVFAC SW may make an acquisition strategy determination based on the likelihood that a sufficient pool of qualified contractors will be competitive on a future solicitation. Complete Section A Contract Information. Complete Section B A-E Point of Contact. In addition to the name of the firm in Block 5, provide your firm s Dun and Bradstreet Number (DUNS) and state if your firm is SBA certified 8(a), SBA Certified HUBZone, SDVOSB, WOSB and/or Small Business (identify all that apply). A set-aside cannot be reasonably determined without size and socio-economic designations. Section E Resumes: Provide a maximum of five (5) resumes for key personnel that would be responsible for completing the required services. At a minimum, one (1) Cost Engineer/Estimator shall certified by either the American Association of Cost Engineers (AACE) as Certified Cost Professional (CCP), Certified Estimating Professional (CEP), or the American Society of Professional Estimators (ASPE) as Certified Professional Estimator (CPE); one (1) Value Engineer shall be a professionally registered engineer/architect and shall also be a Society of American Value Engineers (SAVE) Certified Value Specialist (CVS); and one (1) Scheduler shall be certified by the American Association of Cost Engineers (AACE) as a Planning and Scheduling Professional (PSP) or Certified Forensic Claims Consultant (CFCC) ; all of these key personnel (with the exception of the Value Engineer) shall be on the staff of the Prime A-E firm and must be professionally registered/certified. See definitions at the end of this notice for professional registration and experience requirements. All key personnel must include the state where registration was issued (if applicable), registration/certification number, expiration date of registration/certification, and geographic office location for each proposed key personnel member. Each resume must include a maximum of five specific, recently completed projects that best illustrate the individual member s qualifications in performing the listed A-E services. For each project, the individual must describe how significant his/her role and responsibilities were in the services, specific services performed, and provide the completion date of the services. A specific project is a single project or a single task order under an indefinite quantity contract or on-call type contract. Recent is defined as professional A-E services completed within the past five years prior to December 13, 2018. Completion date is defined as 100% of the required documents are completed and submitted. Projects not meeting these requirements may not be considered. Section H Additional Information: On a maximum of three (3) pages, list a maximum of ten (10) specific, recently completed projects that demonstrate the overall team experience in the required A-E services. At a minimum, each project description shall include the project title, cost, completion date and how each project reflects experience in the required services. A specific project is a single project or a single task order under an indefinite quantity contract or on-call type contract. Recent is defined as professional A-E services completed within the past five years prior to December 13, 2018. Completion date is defined as 100% of the required documents are completed and submitted. Projects not meeting these requirements may not be considered. Section H Additional Information: On a maximum of one page, provide two brief paragraphs, one addressing Location and one addressing Capacity. Entitle the first paragraph Location and within that paragraph indicate the location of the firm s main office and branch offices, and describe the team s knowledge of and availability to work in the proposed geographical area, and the ability of the firm to ensure timely response to requests for onsite support at military installations within the NAVFAC Southwest AOR and at NAVFAC Southwest offices in San Diego, CA. Entitle the second paragraph Capacity and within the paragraph indicate the number of employees within the prime A-E firm responsible for providing Cost Engineering, Value Engineering, and Scheduling services, and address the firm s capacity to accomplish multiple task orders simultaneously. The firm shall list all the professionally registered/certified Cost Estimators, Value Engineering, and Scheduling personnel who will be involved in providing the required services. The Offeror/Contractor must demonstrate adequate in-house staffing capacity to self-perform at least 50 percent of the cost of the contract as required by FAR clauses pertaining to Limitation on Subcontracting. Section I Authorized Representative: Ensure the authorized representative of the firm signs the page attesting to the information provided in the sources sought response. Part II General Qualifications: Complete SF330 Part II General Qualifications for the Prime A-E Firm responding to this Sources Sought Notice. Responses to this Sources Sought announcement are due no later than 11:00 AM on January 9, 2019. Please address your response to Naval Facilities Engineering Command Southwest, Attn: Crystal Irvin, Code RRA30.CI, 1220 Pacific Highway, San Diego, CA 92132-5190 OR email your response, in a PDF format, to crystal.irvin@navy.mil. Facsimile submittals will not be accepted. All NAVFAC Southwest solicitations are posted on the Navy Electronic Commerce Online (NECO) website at https://www.neco.navy.mil and the Federal Business Opportunities (FBO) website at https://www.fbo.gov/ and begin with N62473. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/NAVFAC/N68711AC/N6247319RCVES/listing.html)
 
Record
SN05173705-F 20181215/181213230018 (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.