Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2007 FBO #1985
SOLICITATION NOTICE

C -- THREE (3) INDEFINITE DELIVERY CONTRACTS PRIMARILY FOR CONSTRUCTION COST ESTIMATES OF MILITARY AND CIVIL WORKS PROJECTS WITHIN THE BALTIMORE DISTRICT, BUT MAY BE USED THROUGHOUT THE NORTH ATLANTIC DIVISION.

Notice Date
5/2/2007
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-07-R-0036
 
Response Due
6/4/2007
 
Archive Date
8/3/2007
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: A-E services are required for the U.S. Army Corps of Engineers, Baltimore and North Atlantic Division mission boundaries for up to three Indefinite Delivery contracts primarily for Cost Estimates of Military and Civil Works projects. The contracts will be for a three year period and the total contract amount of each contract will not exceed $3,000,000. One of the three contracts selected will be set-aside for a qualified small business prime cost engineering firm. Task o rders will be awarded based on the A-Es current workload and its ability to accomplish the order in the required time, geographic location, type of services required, previous experience including customer satisfaction and performance and quality of deliv erables under the current IDC. Anticipated projects are primarily for CONUS projects in support of BRAC and will be awarded by individual task orders. The North American Industry Classification Code (NAICS) for this procurement is 541310. SUBCONTRACTING PLAN REQUIREMENTS: Upon receipt of your SF 330 for this project, the prime or the joint venture will be reviewed by the Small Business Office to determine if you have complied on past projects with the subcontracting requirements for that respective cont ract. Any prime or joint venture firm found to be officially notified of non-compliance on past contracts and the non-compliance is outstanding will not be considered for this project. Failure to adequately explain reason for not meeting previous contrac t goals may result in a lower overall rating and ultimate non-selection. If the selected firm is a large business concern, a subcontracting plan consistent with Section 806(b) of PL 100-180, PL 95-507, and PL 99-661 will be required prior to award of the contract. The current subcontracting goals are 51.2% to Small Businesses, 7.3% to Woman Owned Small Business, 8.8 % to Small Disadvantaged Business, 1.5% to Service Disabled Veteran Owned Small Business, and 3.1% to HUBZone Small Business. These percentage s are applied to the total amount of subcontracted dollars. The subcontracting plan is not required with this submittal. Significant emphasis will be placed on the firms quality control procedures, as the District may perform a Quality Assurance role onl y. Estimated start date is July 2007. The selected firm may be required to attend a partnering workshop to define the Government's expectations, create a positive working atmosphere, encourage open communication, and identify common goals. 2. PROJECT INF ORMATION: Whereas this announcement is for cost engineering services, the prime shall be a cost engineering firm that identifies a project manager and at least four additional cost engineers employed by the firm on a full time basis. The prime may team w ith other cost engineering firms either through a joint venture or a prime and consultant arrangement for additional cost engineers and other required disciplines. Projects may consist of providing detailed cost estimates and/or analysis, quantity takeof f, market surveys, obtaining vendor quotes, crew resourcing, productivity, schedule analyses and other cost related information from qualified professional staff for horizontal and vertical military and civil works projects within the North Atlantic Divisi on mission boundaries. The expected services will focus primarily on military projects including dormitories, headquarters, offices, dining facilities, general instructional facilities, administration facilities, military entrance processing stations, and other supporting structures for Army and Air Force installations within the North Atlantic Division mission boundaries. Projects may also consist of cost estimates and related cost information including levees, I-walls, closure structures and local flood protection and environmental restoration. The expected cost related services shall consist of estimate preparation and/or reviews of estimates which integrate c ost, schedule, and resource allocations, from initial programming phases through actual construction phase. Estimates must address complex variables including local trades, local labor rates, productivity of local labor pool, access to construction sites, and local availability of manpower and materials and shall not rely solely on historical data or rules of thumb. A focus area of this contract will be support of the BRAC Design and Construction Program within the North Atlantic Division Boundaries. The cost engineering prime may team with consultants as deemed appropriate by the prime to provide the required cost engineering services. At a minimum all architectural and engineering disciplines shall be part of the teaming arrangement. However, under th ese awarded contracts, the task orders will not include any design, environmental or master planning services. Those services will be obtained through other available contracts. 3. SELECTION CRITERIA: The specific selection criteria in descending order of importance are as follows and must be documented with resumes in the SF 330: a) Specialized Experience and technical competence in the expected activities identified above to include experience in cost estimating, and scheduling methods on projects including design /build projects; construction cost estimating using MII (M-CACES se cond generation), PC-Cost estimates, PACES, DD Form1391 preparation, Building Life Cycle Cost Analysis, projects requiring market surveys, projects utilizing SPiRiT and/or LEED evaluation and anti-terrorism and force protection measures and on-site constr uction support consisting construction modification cost and schedule support, and recovery/claims schedule and cost support. Cost estimating support will be in accordance with appropriate Army and Engineering regulations and Guidance Documents. Offerors a re to familiarize themselves with appropriate regulations which are available Cost Engineering Community of Practice website at http://www.hq.usace.army.mil/cemp/e/ec/ec-regs.htm b)In addition, the following must be addressed in paragraph H of the SF330; a brief Quality Management Plan including an explanation of the firm's management approach; team organization, management of subcontractors (if applicable); quality control procedu res (for cost estimates and schedule analyses); procedures to insure that internal resources are not over-committed; and an organizational chart showing the inter-relationship of management and various team components (including subcontractors). The evalua tion will also consider prior relationships of the prime firm and any of their consultants on similar projects. Clearly indicate the primary office where the work will be done and the staffing at this office. c) Professional Qualifications: A minimum of five years experience as a cost estimator with a minimum of 1 year experience at the current firm. Resumes of individuals should reflect experience in the use of MCACES, MII ( M-CACES second generation), PC-Cost , PACES, DD Form1391 preparation and types of projects for which utilized. d) Capacity to complete the work in the required time with the understanding that this contract may require multiple teams to work individual task orders at various locations simult aneously. A minimum of two cost engineering teams shall be identified. e) Past performance on DoD and other contracts including success in providing cost estimates which were within 10% of actual contract cost, providing quality work, and compliance with task order or contract performance schedules; f) In the context of cost, scheduling, and resource analyses, knowledge of and ability to apply specific variables such as local trades, local labor rates, and productivity of local labor pool, local building c odes, geological features, environmental and climatic conditions for Army and Air Force projects under the jurisdiction of Baltimore District and the North Atlantic Division Boundaries. g) Extent of participation of Small Businesses, Small-Disadvantaged business, Women-owned Small Business, Hub-Zone Small Business, Veteranowned Small business, and Service-Disabled Veteran-owned small businesses on the proposed contract team, measured as a percentage of the estimated effort. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit Parts I, and Part II of the SF 330 for the prime and joint venture(s). Part II of the SF 330 must be submitted for each consultant to the address below, n o later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday or Federal holiday, the deadline is the close of business the next business day. On the SF 330, Part I, Block 5, include DUNS nu mber for the prime firm or joint venture. On the SF 330, Part I, Block F, provide the title and contract award dates for all projects listed in that section. Submit responses to the U.S. Army Corps of Engineers, City Crescent Building, ATTN: Mary A. Ric he, Room 7000, 10 South Howard Street, Baltimore, MD 21201. Technical questions should be directed to Mr. Frank Cirincione at (410) 962-4170 or frank.a.cirincione@nab02.usace.army.mil. Contracting questions can be directed to Ms. Mary A. Riche at (410) 962-4880 or mary.a.riche@nab02.usace.army.mil. These forms shall be submitted to the above address no later than 4:00 p.m. on June 4, 2007. Two copies of the SF 330 submission are required. The SF 330, Part I shall have a page limit of 125 pages. A pa ge is one side of a sheet. Font size shall not be less than 11. No other information, including pamphlets or booklets is requested or required. Facsimile transmissions will not be accepted. Effective immediately, the use of DUNS+4 numbers to identify v endors is limited to identifying different CCR records for the same vendor at the same physical location. For example, a vendor could have two records for themselves at the same physical location to identify two separate bank accounts. If you do not have a DUNS number, or want to register subsidiaries and other entities, call Dun and Bradstreet at 1-866-705-5711. Solicitation packages are not provided. NOTE: Personal visits for the purpose of discussing this announcement will not be scheduled. This is not a request for proposals.
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21201
Country: US
 
Record
SN01286052-W 20070504/070502225526 (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.