SOURCES SOUGHT
C -- General A-E Cost Estimating Services throughout the Transatlantic Programs Centers (TACs) Area of Responsibility (AOR) Small Business Set Aside
- Notice Date
- 6/19/2006
- Notice Type
- Sources Sought
- NAICS
- 541310
— Architectural Services
- Contracting Office
- US Army Corps Of Engineers - Transatlantic Programs Center, P.O. Box 2250, Winchester, VA 22604-1450
- ZIP Code
- 22604-1450
- Solicitation Number
- W912ER-06-R-0022
- Response Due
- 7/12/2006
- Archive Date
- 9/10/2006
- Small Business Set-Aside
- N/A
- Description
- 1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. A -E cost estimating services are required for Operation and Maintenance of facilities and systems, Life Support for employees at various military bases, construction type contracts and Job Order contracts. TAC is responsible for execution of U.S. Army Cor ps of Engineers mission in the Middle East, Africa, Iraq, and SW Asia. The services may consist of repair of utilities, infrastructure, site improvements, building repairs, replacement of doors and windows, miscellaneous structural and architectural repai rs, maintenance/repair/replacement of heating, air conditioning and electrical generation equipment, interior and exterior lighting, and new construction. The services will include preparation of cost estimates for life support services for personnel at mi litary bases. The services may also include routine cost estimating work associated with Designs, Planning and Programming Reports, Engineering Studies, Geotechnical Investigations, Construction Management, and miscellaneous related engineering support ser vices for various locations/installations within the TAC AOR. Multiple award indefinite delivery contracts will be negotiated and awarded, each with a base year and four option years. The amount of each contract will not exceed $5,000,000 and a term of fi ve years. Work will be issued by negotiated firm-fixed price or cost-reimbursable task orders. These contracts are set-aside for small businesses only. 2. PROJECT INFORMATION: Cost estimating services may include, but not be limited to, the following: A06 (Airports, Terminals, and Hangars); B01 (Barracks, Dormitories); E03 Electrical Studies and Design; F03 Fire Protection, D07 (Dining Halls; Clubs, Resta urants); G01 (Garages, Vehicle Maintenance Facilities); H07 ( Highways, Streets, Parking Lots); O01 (Office Buildings, Industrial Parks); P07 Plumbing and Pipe Design, P12 (Power Generator, Transmission Distribution); S04 (Sewage Collection, Treatment and Disposal); S13 Storm Water Handling; U03 (Utilities); W01 (Warehouses and Depots); W03 (Water Supply, Treatment, and Distribution) and Operations and Maintenance for the above. It is anticipated that construction projects being supported by these services will include major and minor military construction, as well as infrastructure rehabilitation and reconstruction. The firm must have extensive experience in cost estimating for O&M of facilities and systems as well as Life Support Services for personnel at military bases. The firms must show experience in preparing construction cost estimates by computer utilizing Corps of Engineers Microcomputer Aided Cost Estimating System (MCACES) or its later version MII. 3. SELECTION CRITERIA: See Note 24 for general A-E selection process. The selection criteria for this solicitation are listed below in descending order of importance: (a) Experience and knowledge in preparing cost estimates for Operation and Maintenance o f facilities and systems, and Life Support for personnel at Military Bases using MCACES or its latest version (MII). (b) Experience in preparation of cost estimates for Job Order Contracts (JOC), and Construction type contracts and designs of building enve lopes and systems for facilities similar to those listed in 2., above using MCACES or MII; (c) The evaluation will consider the qualifications, availability and length of services of the firm's Registered Professional personnel or appropriate certificatio n in cost estimating of construction similar to those listed in 2., above; (d) The firm's Management Plan for this solicitation (not longer than three pages) will be evaluated along with the clarity and conciseness of the material presented in response to this solicitation. The evaluation will conside r the management capability and approach for providing cost estimating services. (e) The Government will evaluate the management capability of each firm. This evaluation will establish the firm's ability to accomplish the assigned work in a timely manner and at a reasonable cost. Of particular interest will be the firm's ability to supply the required personnel resources within expedited time periods. In the evaluation of this factor, the Government will consider information concerning management and execu tion plans and staffing plans. This information should be included in Block H of the Standard Form 330. The firm's proposed methods for monitoring and controlling internal costs will be considered. (f) ACASS and other available past performance information on DOD and other contracts with respect to cost control, quality of work, and compliance with performance schedules will be used to evaluate past performance; (g). Experience in TACs AOR will be rated higher than experience only in the U.S. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit two copies of Standard Form 330 Architect-Engineer Qualifications for the prime firm, all consultants/joint ventures and groups of firms, to: Forms can be mailed to U.S. Army Corps of Engineers, Transatlantic Programs Center, Attention: Robyn Ratchford, P.O. Box 2250, Winchester, VA 22604-1450 and forms can also be e-mailed to Robyn.Ratchford@usace.army.mil, not later than 3:00 p.m. USA Eastern Standard Tim e on 12 July 2006. Include your firms DUNS number, FAX number, e-mail, and Internet address. Solicitation packages are not provided. This is not a request for proposal. Firms' visits to discuss the proposed projects will not be accepted/scheduled. Any sco pe questions should be addressed to Mr. John Linderman, (540) 665-3775) or e-mail John.R.Linderman@usace.army.mil. Standard Forms 330 can be obtained from the following Internet Site: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do
- Place of Performance
- Address: US Army Corps Of Engineers - Transatlantic Programs Center P.O. Box 2250, Winchester VA
- Zip Code: 22604-1450
- Country: US
- Zip Code: 22604-1450
- Record
- SN01073184-W 20060621/060619222339 (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 |