Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2002 FBO #0202
SOURCES SOUGHT

C -- Indefinite Delivery Contract To Support the Construction Division?s Construction Management Services (CMS) Within South Atlantic Division

Notice Date
6/20/2002
 
Notice Type
Sources Sought
 
Contracting Office
US Army Corps of Engineers, Savannah - Military Works, P.O. Box 889, Savannah, GA 31402-0889
 
ZIP Code
31402-0889
 
Solicitation Number
DACA21-02-R-0042
 
Response Due
7/22/2002
 
Archive Date
8/21/2002
 
Point of Contact
Elaine Radcliffe, (912) 652-5416
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Savannah - Military Works
(elaine.p.radcliffe@sas02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA POC: Alan Barrow, 912-652-5244 (Technical Questions) *** POC: Daisy Johnson, 652-5901 (Contractual Questions) *** E-mail: daisy.l.johnson@sas02.usace.army.mil *** DESC: 1. CONTRACT INFORMATION: Construction Management Services are required through an indefinite delivery contract to support the Savannah districts construction management activities for civil and military projects within South Atlantic Division. This contract will be awarded for a basic period with an option to extend the contract for two additional option periods, not to exceed a total of three years. *** Work requirements are subject to satisfactory negotiation of individual task orders with the to tal contract not to exceed $1,000,000 for each contract period. If the contract amount for the base or option periods has been exhausted or nearly exhausted, the next option period may be exercised. Option periods may not exceed one year. The maximum li mitation of each individual task order shall be limited to the amount of the contract. This contract is anticipated to be awarded in September 2002. This announcement is open to all firms regardless of size. Large business offerors that intend to do any subcontracting must convey their intent to meet the minimum subcontracting goals on the SF 255, block 6. If selected, the large business offeror will be required to submit a small business plan in accordance with FAR 52.219.9, DFAR 219.704/705 and AFARS 19.7, Appendix CC, as a part of the Request for Proposal package. The subcontracting goals (expressed in terms of percentages of total planned subcontracting dollars) of the Savannah District are as follows: Of the total subcontracted work 62% to small b usiness, 10% to small disadvantaged business, 5% to women-owned small business, and 3% to service-disabled veteran-owned small business. While Savannah District doe not have a specific goal for subcontracting with HUBZone small businesses or Veteran-Owned small business, they must be address in any subcontracting Plan. If you cannot reach the above-stated goals, you must provide written justification with your subcontracting plan detailing the reasons you cannot meet the requirements. For additional infor mation concerning SUBCONTRACTING PLAN requirements, please contact Daisy Johnson at 912/652-5901. *** 2. PROJECT INFORMATION: Construction Management Services are required to support construction management activities for construction contracts at military installations throughout the Savannah District. These installations include Fort Bragg, Fort Gordon, Fort Jackson, Fort Stewart, Fort Benning, Fort McPherson, Moody AFB, Hunter AAF, Seymour Johnson AFB, Robins AFB and Sunny Point Military Ocean Terminal. Required services are a broad range of engineering and construction activities including (but not limited to) assistance and guidance to field offices, construction QA inspection and reporting, review of contract documents and shop drawings, review of NA S schedules and QC plans, and investigation and reporting of construction contractor claims. The firm selected will be required to provide personnel (either existing local staff or hire locally) to perform required services. *** 3. SELECTION CRITERIA: Se e Note 24 for a general description of the A-E selection process. The selection criteria are listed below in descending order of importance. ** FACTORS A and B are significantly more important than all remaining factors. Criteria A-F are primary. Criter ia G-I are secondary and will only be used as *tiebreakers* among technically equal firms. *** FACTOR A. -- SPECIALIZED EXPERIENCE: Specialized experience and technical competence in hiring, managing, and supervising personnel for (1) construction quality assurance inspections and reporting (2) review of construction contract documents (3) review of contractor submittals including shop drawings (4) review of contractor?s initial NAS schedule (5) assist in training Government personnel for analysis /evaluation of schedule updates (6) review of contractor?s quality control and accident prevention plans (7) perform investigation/evaluation of contractor claims, prepare report of findings and recommendations and for those claims requesting a time extens ion, include a detailed analysis of the contractor?s schedule. *** FACTOR B. -- CPPP. Experience providing required personnel based on an evaluation of the firm?s Construction Personnel Placement Plan (CPPP). The CPPP should include an organization cha rt of existing personnel and their locations and should address management approach and specific procedures for hiring and providing highly qualified local personnel within the geographic proximity of the of the Savannah Military facility locations. These include Savannah, GA, Atlanta, GA, Augusta, GA, Warner Robins, GA, Valdosta, GA, Columbia, SC, Fayetteville, NC. Southport, NC, and Goldboro, NC. *** FACTOR C. -- PAST PERFORMANCE: Past performance on DOD and other contracts for construction management services with respect to quality of work, timeliness of response in providing local personnel, compliance with performance schedules and costs. Indication of favorable performance ratings, performances awards, and repeat clientele in Block 10 of the SF 2 55 is recommended. *** FACTOR D. -- PROFESSIONAL QUALIFICATIONS: Professional qualifications of management personnel to be assigned to this contract. *** FACTOR E. -- KNOWLEDGE OF LOCALITY. Knowledge of locations listed above as it pertains to the knowle dge and experience of local and regional codes, climatic conditions, construction industry methods, acceptable workmanship standards, and costs of construction material, labor and equipment. *** FACTOR F: -- CAPACITY: -- Capacity to provide staff to accomp lish multiple simultaneous task orders to include approximately $1,000,000 of work of the required type in a one-year period. The evaluation will consider the experience of the firm and consultants in similar contracts, and the availability of an adequate number of personnel in key disciplines. Key disciplines in descending order of importance are civil, mechanical, electrical, structural, claims, cost, scheduling, environmental, and architecture. *** FACTOR G. -- GEOGRAPHIC PROXMITY: Proximity of main or branch offices to locations listed above. FACTOR H. Degree of participation of SB, SDB, WOB, HBCU, or MI as prime contractor, subcontractor or joint venture partner. *** FACTOR I: -- Volume of DOD contract awards in the last 12 months. *** 4.SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capability to perform this work must submit One (1) copy of SF 255 (11/92 edition) for Prime and one (1) copy of SF 254 (11/92 edition) for Prime and each consult ants to the above address ATTN: CESAS-EN-ES, Natasha Givens, not later than the close of business on the 30th day after the date of this announcement. If the 3oth day is a Saturday, Sunday or Federal Holiday, the deadline is the close of business the nex t business day. No faxed submittals will be accepted. For ACCASS information call 503/808-4591.*** In SF255, Block 10, Offerors shall provide a comprehensive list of all contracts completed or in progress, during the last five years, listing all specific contract management services provided and performance evaluations on each contract as related to the above stated sub-factors. Include specific points of contact for verification of specialized experience and performance on construction management contra cts completed in progress. In SF 255, Block 10 provide CPPP as described in FACTOR B, above.*** Evaluation Sources: Evaluation will be accomplished by reviewing ACASS database elements under categories of quality of work, timely performance, effectivenes s of management and communication with the points of contact listed by the offeror and/or communication with others selected by the Government. The Government s hall consider this information, as well as information obtained from any other sources when evaluating past specialized experience and performance.*** Cover letters And extraneous materials (brochures, etc) ARE NOT desired and will not be considered. *** P HONE calls 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.
 
Place of Performance
Address: US Army Corps of Engineers, Savannah - Military Works P.O. Box 889, Savannah GA
Zip Code: 31402-0889
Country: US
 
Record
SN00097001-W 20020622/020620213958 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.