Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2004 FBO #0830
MODIFICATION

C -- A-E SERVICES FOR COST ENGINEERING AND RELATED SERVICES FOR MISCELLANEOUS CIVIL AND MILITARY WORKS MAINLY WITHIN THE STATE OF FLORIDA, PUERTO RICO, AND THE U.S. VIRGIN ISLANDS

Notice Date
3/2/2004
 
Notice Type
Modification
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP-04-R-0005
 
Response Due
4/13/2004
 
Archive Date
6/12/2004
 
Point of Contact
Sara Pines, 904-232-2083
 
E-Mail Address
Email your questions to US Army Engineer District, Jacksonville
(Sara.D.Pines@SAJ02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This solicitation is unrestricted and is open to large and small business firms. One contract will be awarded from responses to this announcement. The contract will be an Indefinite Delivery, Indefinite Quantity contract for a period of one year fr om date of award, with options to extend for two (2) additional years. The contract will not exceed a total of three years. Work will be assigned by negotiated task orders. Maximum order limit is $1,500,000.00 for the life of the contract, including opt ions. The primary purpose of this proposed contract is to provide services for projects located within the geographic boundaries of the Jacksonville District. Additionally, the contract may be used to provide services within the geographic boundaries of the South Atlantic Division. The contractor will have the right to refuse orders for services to be performed outside the geographic boundaries of the Jacksonville District. Criteria used in allocating task orders among the contracts include performance and quality of deliverables under current contracts, current capacity to accomplish the order in the required time, uniquely specialized experience, equitable distribution of the work among the contractors, and other relevant factors. PROJECT INFORMATION: The work will consist of preparing construction cost estimates and related services as follows: Planning Estimates to include Rough Order of Magnitude estimates, estimates to screen alternatives, budget estimates as well as other typ es of estimates early in the project cycle (up to about 50% design); Current working estimates at different discrete points in the design process as indicated in the task order; Government Estimates for projects to be used in Invitation for Bid and Request s for Proposal type solicitations; Government Estimates during construction to evaluate modifications or claims; Related estimating services will include quantity takeoffs at all estimate levels, development of construction schedules (task, equipment, cash flow), labor rate surveys, cost risk analysis and other estimating support as required in the task orders. Type s of projects will include primarily Civil Works (flood control, environmental restoration, coastal, and navigation); dredging for navigation, flood control and environmental restoration projects (not using Corps Dredge Estimating Program CDEP); Hazardous , Toxic and Radiological Waste (HTRW) projects; Minor Military Construction projects. FACTORS FOR EVALUATION IN ORDER OF PRIORITY ARE: 1. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: Firms must clearly demonstrate specialized experience and expertise in Cost Engineering. This must be the primary area of expertise of the firm . The firms must have experience in preparing estimates and quantity takeoffs for major construction projects involving complex, multi-disciplinary teams. Firms must have demonstrated experience with Corps of Engineers (COE) Civil Works Projects. Staff shall ha ve demonstrated experience in preparing cost estimates on large COE civil works construction projects (greater than $ 10 million), dredging projects, HTRW and military projects. Senior Cost Engineers shall have a minimum 5 years experience in cost enginee ring. Lead estimators as Certified Cost Engineers will be considered but is not required. Demonstrated experience with MCACES Gold is required. The firm must have the capability to perform cost estimates using the software program MII as required by HQ, USACE beginning in May 2004 (or when commercially available). Note: Mll software is not c urrently available for purchase and distribution. Firms will be required to have the capability to immediately implement the software and train personnel once it is available. 2. PROFESSIONAL QUALIFICATIONS: All engineering products to be reviewed and certified by a Certified Cost Engineer (CCE) certified by the Association for the Advancement of Cost Engineering (AACE), or Certified Professional Estimator (CPE) certified by the American Society of Professional Estimators (ASPE). The Professional Engineer shall be registered in Florida or Puerto Rico as applicable. Staff must include engineers in the following disciplines: Civil, St ructural, Mechanical, Electrical, and Environmental. 3. PAST PERFORMANCE: Firm must demonstrate its past performance in accomplishment of similar work. A track record of successful bid openings on COE projects will be considered but is not required. A successful bid opening would be defined as at least on e bidder in the awardable range, with no major errors or omissions from the estimate resulting in a revised Government Estimate. Firm must submit information for current relevant contracts and subcontracts including the name, address, and telephone numbe r of references. (Relevancy is defined in the DOD guide to collection and use of past performance as:information that has a logical connection with the matter under consideration and application time span.). Pertinent issues are ability to meet establish ed schedules, ability to accomplish work within budgetary limitations and quality of the delivered product. Past performance on contracts with Government agencies and private industry regarding quality and timeliness of work will be reviewed. Past DOD ex perience data available to the Government through the A-E Contract Administration Support System (ACASS) will be utilized to obtain performance evaluations on prior contracts. Firm may include supporting information in the proposal, such as letters of co mmendation from clients, on past performance on recent similar contracts. Firm may also include information on problems encountered in prior contracts and discuss actions taken to remedy unsatisfactory performance. 4. SOFTWARE AND EQUIPMENT: Firms shal l have the capacity to use the following software and have the hardware platforms to properly run the software: Required Software: MCACES Gold 5.31; MII; RACER (latest version) Preferred software: Microsoft Project; MicroStation (latest version); InRoads Firms must be capable of submitting all data sets on CD ROM as well as hard copies. The SF 255 submitted shall include evidence that the firm has adequate hardware and/or supporting software necessary to run the required software listed above. Firms must state a willingness to update software and equipment as required throughout the duration of the contract. Hardware requirements for Mll include: Pentium-lll Processor (900 MHz or higher recommended), 256 MB System RAM, CD-ROM Drive, 20 GB Free Disk Space, 800x600 SVGA Video Display Card, and 17 inch monitor (19?????? or larger recommended). 5. CAPACITY TO ACCOMPLISH THE WORK IN THE REQUIRED TIME: Firms must have the capacity to proceed with work and accomplish it in a timely manner once a notice to proceed is issued. THE FOLLOWING SECONDARY CRITERIA WILL BE USED AS TIEBREAKERS: 6. GEOGRAPHIC LOCATION OF FIRM TO THE WORKSITE: Location of the firm relative to the worksite (considered the State of Florida) and demonstrating that the expertise required in items 1 and 2 above are co-located will be given preference. 7. VOLUME OF D OD CONTRACTS AWARDED: Work previously awarded to the firm by the Department of Defense, will be reviewed with the objective of effecting equitable distribution of work among qualified A/E firms. SUBMISSION REQUIREMENTS: Firms, which meet requirements described in this announcement and wish to be considered, must submit one copy each of SF 254 and SF 255 for the firm or joint venture and SF 254 for each subcontractor. In Block 4 of SF 255 list on ly the office personnel for the office to perform the work which is indicated in Block 3B. Additional personnel strengths, including consultants, should be indicated parenthetically, and their source clearly identified. In Block 7G of the SF 255, indicat e specific project experience for key team members and indicate the te am member??????s role on each listed project (architect, project manager, etc.). Submittal of supplemental attachments to SF 255 per evaluation factors 1-5 is strongly recommended. Submittal package is to be received in this office at the address indicat ed below, no later than 4:00 P.M. Eastern Time on April 13, 2004. Submittals received after this date and time will not be considered. Unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete and effective r esponse to this announcement are not desired. The Director of Defense Procurement has issued a final rule requiring that contractors must be registered in the CCR before receiving a contract from any activity of the Department of Defense. The rule author izes contracting officers to reject offers from contractors that have not registered. (The CCR web site may be accessed at http://www.ccr.gov). Small and small disadvantaged firms are encouraged to participate as prime contractors or as members of joint ventures with other small businesses. All interested firms are reminded that the successful firm will be expected to place subcontracts to the maximum practical extent with small and small disadvantaged firms in accordance with the provisions of Public Law 95-507. If a large business firm is selected for award, the firm must comply with FAR 52.219-1, regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. Of those dollars the large business firm intends to subcontract, the Corps of Engineers target goals for subcontracting are 57.2% to small business concerns; 10.0% to small disadvantaged business concerns; 10.0% to women-owned small business concerns; 3.0% for HUBZone certified concerns; and 3.0% to service -disabled veteran-owned small business concerns. Large firms should keep these target goals in mind when considering qualifications of potential subcontractors and ensure that the socio-economic status of each proposed subcontractor is clearly identified in the submission of qualifications. An approved small business subcontracting plan will be required prior to award to a large business firm. The NAICS code is 541330, with a small business size standard of four million dollars. Response to this announce ment should be in writing only; telephone calls and personal visits are discouraged. The required forms shall be submitted to the following address: U.S. Army Corps of Engineers, ATTN: CESAJ-EN-T, 701 San Marco Boulevard (The Prudential Building), Jackson ville, FL 32207-8175. This is not a request for proposal. Firms are encouraged to post their name/address on the web site to facilitate contact between prime contractors, sub-contractors, and firms interested in joint ventures. A printout of the listing of interested firms can only be obtained by accessing the announcement on our web page: https://ebs1.saj.usace.army.mil/ebs/AdvertisedSolicitations.asp NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (02-MAR-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 03-MAR-2004. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Place of Performance
Address: US Army Engineer District, Jacksonville 701 San Marco Blvd (The Prudential Building) Jacksonville FL
Zip Code: 32207-8175
Country: US
 
Record
SN00535621-W 20040305/040303222922 (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.