Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2006 FBO #1754
SOLICITATION NOTICE

C -- C - - NATIONWIDE COST ENGINEERING/COST ESTIMATING SERVICES

Notice Date
9/13/2006
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Physical Capital Asset Management Division (PGE), 1800 F Street, NW, Room 4302, Washington, DC, 20405
 
ZIP Code
20405
 
Solicitation Number
GS-00P-06-CYD-0199
 
Response Due
10/13/2006
 
Archive Date
10/11/2008
 
Small Business Set-Aside
Partial Small Business
 
Description
The General Services Administration (GSA), Public Buildings Service (PBS), Office of the Chief Architect is seeking services of multiple contractors to provide Cost Engineering/Cost Estimating Professional Services. The planned services are national in scope supporting projects, on an as needed basis, within eleven (11) GSA regions and the GSA Central Office. This synopsis is intended to result in multiple awards. Three (3) contracts will be awarded on an unrestricted basis and up to two (2) contracts will be set side for small businesses. PROJECT DESCRIPTION: The contractors shall provide professional cost engineering services on an as-required basis. Cost engineering services may be required at any time during a project development and delivery, including: planning, design, construction, operations, and shutdown of facilities. A. Projects and programs which fall under the provisions of this contract include the planning, design, construction, operations, and/or shutdown of the following: 1) Federally owned and/or leased real property, civil works projects and properties, transportation projects and properties, environmental site clean-up and management projects, and power generation projects and properties. 2) Federally-funded real property projects, civil works projects and properties, transportation projects and properties, environmental site clean-up and management projects, and power generation projects and properties. This includes projects executed at the federal, state, and local levels of Government. 3) Federally-assisted real property projects, civil works projects and properties, transportation projects and properties, environmental site clean-up and management projects, and power generation projects and properties. This includes projects executed at the federal, state, and local levels of Government. B. This contract may be used to order services required in the design and implementation of new cost engineering programs necessary for the total cost management of design and/or construction programs. These services include, but are not limited to the following: 1) Development of new cost estimating guidelines, policies, procedure manuals, training guides 2) Development of benchmarking and measurement standards and programs 3) Development, and/or management of, and/or purchase of cost management tools, systems, and/or databases 4) Economic growth studies 5) Labor productivity studies 6) Project and/or Program Feasibility Studies 7) Economic analyses 8) Cost-to-Benefit analyses 9) Risk Management and Analyses 10) Property Condition Assessments, including Cost Assessments 11) Liability Analyses 12) Cost and price forecasting 13) Cost and price analyses 14) Value engineering/Value management Services 15) Market Analyses 16) Constructability Analyses 17) Contract Negotiations Support 18) Earned Value Management Systems 19) Cost and Schedule Control Systems Development and Management 20) Resource and activity planning/scheduling 21) Schedule Analyses 22) Claims Management & Analyses C. Functional support/expertise will typically be required in the areas of cost and price forecasting, cost and price analyses, resource and activity planning/scheduling, cost & schedule controls, value management, economic analyses, risk management, liability analyses, and constructability analyses. D. The Contractor shall be able to provide any level of cost engineering service, from total support to specialty services needed to augment existing Government capabilities. E. The Government has determined the following disciplines and/or consultants to be required: Cost Engineers (Architectural, Civil, Environmental, Structural, Mechanical, and Electrical), Cost Estimators (Architectural, Civil, Environmental, Structural, Mechanical, and Electrical), Schedule Analyst, Risk Analyst, Value Specialist, Architect, Design Program Architect, Courts Architect and Blast, Civil, Environmental, Structural, Mechanical, Fire Protection and Electrical Engineers. LOCATIONS: The GSA Regions are (1) New England, Boston, MA; (2) Northeast & Caribbean, New York, NY; (3) Mid Atlantic, Philadelphia, PA; (4) Southeast-Sunbelt, Atlanta, GA; (5) Great Lakes, Chicago, IL; (6) The Heartland, Kansas City, MO; (7) Greater Southwest, Fort Worth, TX; (8) Rocky Mountain, Denver, CO; (9) Pacific Rim, San Francisco, CA; (10) Northwest/Arctic, Auburn, WA; and (11) National Capital, Washington, DC (http://www.gsa.gov/pbs/pc/og_files/pc_regns). SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. CRITERIA I: PAST PERFORMANCE (Total: 400 Points) (A) Responsiveness of team to the client's needs and compliance of the team with performance schedules, as demonstrated by narrative and by client references. (150 Points) (B) Quality of products delivered by team to the client, and evidence of an effective in-place Quality Control Program, as demonstrated by narrative and by client references. (100 Points) (C) Accuracy of estimates and cost analyses, as demonstrated by narrative and by client references (100 Points) (D) Delivery of like services under previous federal government Indefinite Quantity Indefinite Delivery contracts. (50 Points) Summarize, in narrative form, the firm's track record in meeting the needs of at least 3 previous clients, preferably Governmental, Educational, or Institutional, with regard to performance schedules and level of services required. Identify the firm's quality control plan set-in place to guarantee development, review, and delivery of acceptable products. Provide a narrative report, and client references on no more than five (5) construction projects, valued greater than $2,000,000, showing the accuracy of the cost estimates when compared to the actual market bid value. Identify, in narrative form and by client references, no more than five (5) projects and the degree of success in which cost analyses were performed as an effective tool for cost control. Address, in narrative form the firms experience in providing cost engineering services under the IDIQ contracting environment. CRITERIA II: SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE (Total: 325 Points) (A) Experience in designing and implementing successful cost engineering programs in large government and/or commercial organizations. (75 Points) (B) Experience in programming and pre-design phase cost engineering services. (75 Points) (C) Experience in design phase cost engineering services. (100 Points) (D) Experience in construction phase cost engineering services. (75 Points) Summarize the experience that the proposed key personnel hold in designing and implementing successful cost engineering programs. Identify program manuals and supporting documentation developed by proposed key personnel presenting knowledge and skills requisite for designing and implementing successful cost engineering programs in large organizations. Express, in narrative form, experience held by key personnel in providing a variety of cost engineering services during the programming and pre-design phase of a project life-cycle. A maximum of three (3) projects should be considered. Express, in narrative form, experience held by key personnel in providing a variety of cost engineering services during the design phase of a project life-cycle. If any, describe the experience on new and modernization projects for the Federal government such as US courthouses, US border stations, Federal office buildings, and other Federal government facilities. A maximum of five (5) projects should be considered. Express, in narrative form, experience held by key personnel in providing a variety of cost engineering services during the construction phase of a project life-cycle. A maximum of three (3) projects should be considered. CRITERIA III: CAPABILITIES OF FIRM (150 Points) (A) Organizational approach and leadership commitment to fulfill contract requirements and coordinate team work among different offices. (100 Points) (B) Background of team in integration of current architectural; civil; structural; mechanical and electrical engineering; cost engineering; value management; cost control; and cost management programming technologies for a variety of project types. (50 Points) Identify, in narrative form, the firms plan for execution of duties to fill the requirements of the contract. Included in the narrative will be the firms organizational hierarchy, and the methodology planned for aiding the firm meeting the needs of multiple clients, placing multiple orders, in a multiple number of geographic locations. Identify the background and experience of proposed team members in the application of computer programs and various technologies required in performing cost engineering functions. CRITERIA IV: PROFESSIONAL QUALIFICATIONS (125 Points) (A) Qualifications and commitment of relevant key individuals in each discipline area with the professional qualifications necessary for this contract, i.e., certification by AACE, ASPE, SAVE, etc. (75 Points). (B) Qualifications and commitment of relevant key individuals in each discipline area with thorough experience in and understanding of the state of the art technologies necessary for this contract. (50 Points). Summarize the qualifications, professional designation, education, and other significant background information for the key members of the Cost Engineering team. For all key personnel, identify the anticipated duties of the person as full-time or part-time, and identify the person as an employee of the CE firm or as an employee of a consulting firm. SUBCONTRACTING PLAN REQUIREMENT: If the contractor selected through the unrestricted portion of the solicitation is an Other than Small Business concern, the contractor shall be required to submit a subcontracting plan with the final proposal as required by Federal Acquisition Regulation 52.219-9, Small Business Subcontracting Plan. The General Services Administration considers the following goals reasonable and achievable: (a) Small Business: 29.0% of planned subcontracting dollars. (b) Small Disadvantaged Business: 11% of planned subcontracting dollars. (c) Women Owned Small Business: 5% of planned subcontracting dollars. (d) Service-Disabled Veterans: 3% of planned subcontracting dollars. (e) HUBZones: 3% of planned subcontracting dollars. TASK ORDERS: Upon award, all services will be procured through the issuance of individual task orders, each defined by a separate scope of work. Contractors will be provided a fair opportunity to be considered for each task order exceeding $2,500 as provided in 48 C.F.R. and FAR Part 16.505. In deciding which Contractor should receive award of a task order, consideration shall be given to: 1. The anticipated price or cost of the work to be performed; 2. The Contractor's experience in performing work similar to the services in the task order; 3. Past performance of the contractors under the contract, including quality, timeliness and cost control; 4. Minimum order requirements, if applicable; 5. Existing Contractor workload and the potential for issuance of further task orders to interfere with existing workload; and 6. Other related factors pertaining to the scope of work. The agency reserves the right to request task order proposals from multiple Contractors. PERIOD OF PERFORMANCE: The period of performance for this contract shall be a base period of one-year, plus four (4) option years. The total contract duration is five years. MINIMUM GUARANTEE/MAXIMUM ORDER LIMITATION: A minimum guarantee of $2,500.00 applies to the base year only for ALL contracts. The Maximum Order Limitation (MOL) for the unrestricted contracts will be $6M for the base year and $6M for each option year for a total amount of $30M for five years. The Maximum Order Limitation (MOL) for the small business set-asides will be $4M for base year and $4M for each option year for a total amount of $20M for five years. BUSINESS SIZE STANDARD: The North American Industry Classification System (NAICS) Code is 541330 with a Small Business Size Standard of $4.5M of average annual receipts for its preceding 3 fiscal years. SUBMITTAL REQUIREMENTS: Firms having the capabilities to perform the services in this announcement are invited to respond by submitting FOUR (4) COPIES (identify one copy as an original) of the Standard Form 330, Architect-Engineer Qualifications on or before 3:00pm EST. on October 12, 2006. Responses will be addressed to: Ms. Collette Scott, Contract Specialist, General Services Administration (GSA), Public Building Services (PBS), 18th and F Street, NW, Room 4302, Washington, DC 20405. Facsimile copies of the submittal will not be considered. Interested firms meeting the requirements described above must submit completed copies of the Standard Form 330, Parts I and II, including any supplemental information necessary to further address the selection criteria. The following information shall be on the outside of the sealed envelope(s): 1) Solicitation Number/Title, 2) Due Date and, 3) Closing Time. Only firms responding by the specified time will be considered for selection. Late responses are subject to FAR 52.214-7. Contractors must be registered in the Central Contractor Registration (CCR) database prior to award of contract. Lack of registration in the CCR database will make a contractor ineligible for award. To register online, visit the CCR Internet site: http://www.ccr.gov/index.cfm or calling 1-888-227-2423. Contracts will be procured under the Brooks Act of 1972 (Public Law 92-582) and FAR Part 36.6. This is not a Request for Proposals.
 
Record
SN01142819-W 20060915/060913222225 (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.