Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2004 FBO #0831
MODIFICATION

C -- Modification to Presolicitation Notice for Indefinite Delivery Contract for Cost Engineering to Support the Mobile District and South Atlantic Division's Cost Engineering Workload

Notice Date
3/4/2004
 
Notice Type
Modification
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-04-R-0032
 
Response Due
4/7/2004
 
Archive Date
6/6/2004
 
Point of Contact
Judy F. McMichael, 251-441-6510
 
E-Mail Address
Email your questions to US Army Engineer District, Mobile
(judy.f.mcmichael@sam.usace.army.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
POINT OF CONTACT: MR. GEORGE POIROUX AT FAX: 251/690-2902. CONTRACT INFORMATION: A-E services are required for an Indefinite Delivery Contract (IDC) for Cost Engineering to Support the Mobile District and South Atlantic Division's Cost Engineering Workload. This announcement is open to all businesses regardless of size. The contract will be awarded for a period not to exceed a total of three years. Work under this contract to be subject to satisfactory negotiation of individual task orders, with the total IDC contract value not to exceed $750,000 over the three-ye ar life of the contract. The Government intends to initially award the contract for $250,000, with the reserved right to modify the contract amount to the full $750,000 value during the three-year life of the contract. There is a possibility that multipl e contracts may be awarded on this solicitation. Selection of A-E firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. All interested Architect-Eng ineers are reminded that, in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged firms. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. The subcontracting goals for this contract are as follows: a minimum of 57.2% of the contractor's intended subcontract amount be placed with small businesses (SB), 10.0% be placed with small disadvantaged businesses (SDB), 10.0% be placed with women-owned small businesses (WOSB), 3.0% be placed with HUB Zone small business, a nd 3.0% be placed with Service-Disabled Veteran-Owned Small Business. If a large business firm is selected for this contract it will be required to submit a detailed subcontracting plan during contract negotiation. If the selected firm intends to submit a plan with lesser goals, it must submit written rationale in the plan why the above goals cannot be met. A firm fixed price contract will be negotiated. The North American Industry Classification System (NAICS) code for this action is 541330. During the lif e of this contract, the U.S. Army Corps of Engineers, Mobile District, Cost Engineering Branch will be transitioning to new cost estimating software. This software is the Second Generation (MII) of MCACES. The selected firm must indicate their willingnes s to train all their cost engineers/estimators in the use of this software. All applicable training costs will be borne by the selected firm. PROJECT INFORMATION: The contract will be used to perform Civil, Military, U.S. Army Medical Command (MEDCOM), Su pport for Others (SFO), and Hazardous Toxic & Radioactive Waste (HTRW) cost engineering services. The firm selected must be capable of providing complete cost engineering services to include the preparation of cost estimates from programming/conceptual thr ough final design on a variety of Civil, Military, MEDCOM, SFO, and HTRW projects. The firm selected will also be required to perform cost estimating review in accordance with the Mobile District guidance, perform cost analysis, attend meetings, site inves tigations, prepare Change Order cost estimates and assist in negotiations, if required, and perform Value Engineering studies. The majority of the work will be located in the southeastern United States, Central and South America and may include other locat ions such as Puerto Rico, the U.S. Virgin Islands, assigned to the Mobile District and South Atlantic Division. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub- cr iterion). Criteria A thru D are primary. Criteria E thru G are secondary and will only be used as tie-breakers among technically equal firms. A. Professional Qualifications: The selected firm must have, either in-house or through consultants, the following Cost Engineering disciplines, with registration required where applicable: (1) Architect; (2) Structural; (3) Civil; (4) Mechanical; (5) Electrical. The firm's cost estimators must spend the majority of their time performing cost engineering functions. The evaluation will consider education, registration, and relevant experience in the type wo rk required. Resumes (Block 7 of the Standard Form 255) must be provided for these disciplines, including consultants. In the resumes under Project Assignments, use the same discipline nomenclature as is used in this announcement; B. Specialized Experience and Technical Competence in: (1) Preparing cost estimates utilizing the following estimating software: MCACES GOLD and PACES. The firm selected must demonstrate experience utilizing this software; (2) Preparing cost estimates for Civil, Military, MEDCOM, and HTRW projects; (3) Preparing programming/ conceptual, parametric, final design, and change order estimates; (4) Preparing cost estimates for projects in Latin America; (5) Scheduling with specialized experience and technical competence in preparing con struction schedules for both horizontal and vertical construction projects that result in a construction duration that can be used in bidding a project. Schedule shall include a breakdown of all construction activities with related durations in a neat, ord erly fashion. Said schedule may be included in the construction solicitation, therefore it must be accurate and defendable; (6) The ability to provide quick turnaround of task orders; (7) Preparation of Value Engineering Studies; (8) In Block 10 of the St andard Form 255 describe the firm's quality management plan, including the team's organization with an organizational chart, quality assurance, and coordination of the in-house work with consultants; C. Capacity to Accomplish the Work: The capacity to acco mplish at least three (3) $50,000 individual task orders simultaneously; D. Past Performance: Past performance on Department of Defense (DOD) contracts with respect to cost control, quality of work, and compliance with performance schedules; E. Geographic Location: Geographic location with respect to the Southeastern United States; F. Small Business, Small Disadvantaged Business and Women-Owned Small Business Participation: Extent of participation of small businesses, small disadvantaged businesses, women-o wned small businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort; G. Equitable Distribution of DOD contracts: Volume of DOD contract awards in the last 12 months as described in Note 24. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit one (1) completed copy of their SF 255 Architect-Engineer and Related Services Qu estionnaire for Specific Project for themselves and one (1) completed copy of their SF 254 for themselves and one (1) for each of their subcontractors to: U.S. Army Corps of Engineers, Mobile District, CESAM-EN-DW, ATTN: Mr. George V. Poiroux, 109 St. Jose ph Street, Mobile, AL 36602; or P.O. Box 2288, Mobile, AL 36628-0001. The 11/92 edition of the forms must be used, and may be obtained from the Government Printing Office. Submittals must be received no later than 3:00 P.M. Central Time on 07 April 2004. R egulation requires that the Selection Board not consider any submittals received after this time and date. Late proposal rules in FAR 15.412 will be followed for submittals received after the closing date of this announcement. In Block 2b include RFP Numbe r and in Block 3a list two (2) principal contacts of firm. Include ACASS number in Block 3b of the SF 255. To obtain ACASS number, fax the first page of your SF 254 to the ACASS Center at 503-808-4596 or call the ACASS Center at 503-808-4591. A maximum of ten (10) projects including the prime and consultants, will be reviewed in Block 8. In Block 10 of the SF 255, responding firms must indicate the number and amo unt of fees awarded on DOD (Army, Navy, and Air Force) AE contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office only. A project specific design quality control plan must be prepar ed and approved by the Government as a condition of contract award, but is not required with this submission. Response to Block 10 is limited to 25 pages. This is not a request for proposal. Solicitation packages are not provided. The A-E Evaluation Board (Selection Board) is tentatively scheduled to commence on 12 April 2004. As required by acquisition regulations, interviews for the purpose of discussing prospective contractors' qualifications for the contract will be conducted only for those firms consid ered most highly qualified after submittal review by the selection board. Interviews will be conducted by telephone. To be eligible for contract award, a firm must be registered with the Central Contractor Registration database. For instructions on registe ring with the CCR, please see the CCR Web site at http://www.acq.osd.mil/ec. URL http://www.sam.usace.army.mil/ EMAIL cesam.plansroom@sam.usace.army.mil. U.S. Army Corps Of Engineers, Mobile, Contracting Division, CESAM-CT (109 St. Joseph Street 36602) PO Box 2288, Mobile, AL 36628-0001
 
Place of Performance
Address: US Army Engineer District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
Zip Code: 36628-0001
Country: US
 
Record
SN00536756-W 20040306/040304223102 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.