Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2007 FBO #2005
SOLICITATION NOTICE

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

Notice Date
5/22/2007
 
Notice Type
Solicitation Notice
 
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-07-R-0011
 
Response Due
6/26/2007
 
Archive Date
8/25/2007
 
Small Business Set-Aside
N/A
 
Description
A-E SERVICES FOR COST ENGINEERING AND RELATED SERVICES FOR MISCELLANEOUS CIVIL WORKS PROJECTS WITHIN THE STATE OF FLORIDA, PUERTO RICO AND THE U.S. VIRGIN ISLANDS W912EP-07-R-0011. Contract Specialist Point of Contact: Victoria West (904) 232-1120 or Karla Garcia (904) 232-1015, Technical Point of Contact: Tony Dipiero (904) 232-2030. This solicitation is unrestricted and is open to large and small business firms. One contract will be awarded from this solicitation. The contract will be an Indef inite Delivery-Indefinite Quantity Type Contract for a period of one-year from the date of contract award, with options to extend for two additional years. The contract will not exceed a total of three years. Work will be assigned by negotiated task orde rs. while the estimated dollar amount per year is $1,000,000.00, the actual obligation per year may be greater than or less than $1,000,000.00. Maximum order limits is $3,000,000.00 for the life of the contract, including options. Secondarily, the contr acts may be used to provide services within the geographic boundaries of the U.S. Army Corps of Engineers South Atlantic Division.. 1. 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 types 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 Req uests for Proposal type solicitations; Government Estimates during construction to evaluate modifications or claims; Related cost engineering services will include quantity takeoffs at all estimate levels, development of construction schedules (task, equip ment, cash flow), labor rate surveys, cost risk analysis and other cost engineering support as required in the task orders. Types of projects will include primarily Civil Works (flood control, environmental restoration, coastal and navigation); and enviro nmental restoration dredging projects (not using Corps Dredge Estimating Program CEDEP); Hazardous, Toxic and Radiological Waste (HTRW) projects. 2. SELECTION CRITERIA: The selection criteria for this particular project are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a-e is primary. Criteria f-g is secondary and will only be used as tie-breakers among firms that are essentially technically equal. a. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: Firms must clearly demonstrate specialized experience and expertise in Cost Engineering. The firms must have experience in preparing estimates and quantity takeoffs for major construction projects invo lving complex, multi-disciplinary teams. Firms must have demonstrated experience within the last five years with Corps of Engineers (COE) Civil Works Projects. Staff shall have demonstrated experience in preparing cost estimates on large COE civil works construction projects (greater than $10 million), and Hazardous, Toxic and Radiological Waste projects. Experience with navigation dredging projects will be considered but is not required. Senior Cost Engineers shall have a minimum of 5 years experience in cost engineering. Demonstrated experience within the last 5 years with cost estimates using the software program MCACES Second Generation (MII) is required. b. PROFESSIONAL QUALIFICATIONS: All engineering products to be reviewed and certified by a licensed Professional Engineer. Firm must have, either in-house or through association with qualified subcontractors, U.S. registered personnel as follows: Civil , Structural, Mechanical, and Electrical. c. PAST PERFORMANCE: Firm must demonstrate its past performance in accomplishment of si milar 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 one bidder in the awardable range, with no major errors or omissions from the estimate res ulting in a revised Government Estimate. Firm must submit information for all relevant contracts and subcontracts including the name, address, and telephone number of references. (Relevancy is defined in the DOD guide to collection and use of past perfor mance as information that has a logical connection with the matter under consideration and application time span). Submit information for all relevant contracts and subcontracts started or completed within the past 5 years, measured from the date of thi s solicitation. Pertinent issues are ability to meet established schedules, ability to accomplish work within budgetary limitations and quality of the delivered product. Past performance on contracts with Government agencies and private industry regardin g quality and timeliness of work will be reviewed. Past DOD experience 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 commendation 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 unsatis factory performance. d. SOFTWARE AND EQUIPMENT: Firms shall have the capacity to use the following software and have the hardware platforms to properly run the software: Required Software: MCACES Second Generation (MII) (latest version); RACER (latest version) Preferred S oftware: Microsoft Project; Micro Station (latest version); InRoads. Firms must be capable of submitting all data sets on Compact Disk as well as hard copies. The submittal shall include evidence that the firm has adequate hardware and/or supporting sof tware 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. e. CAPACITY TO ACCOMPLISH THE WORK IN THE REQUIRED TIME: Firms must have the capacity to proceed the work and accomplish it in a timely manner once a notice to proceed is issued. THE FOLLOWING SECONDARY CRITERIA WILL BE USED AS TIE-BREAKERS: f. GEOGRAPHIC LOCATION OF FIRM TO THE WORKSITE: Location of the firm relative to the worksite (considered to the State of Florida) and demonstrating that the expertise required in items (a) and (b) above are co-located will be given preference. g. VOLUME OF DOD 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. 3. SUBMISSION REQUIREMENTS: Firms meeting the requirements described in this announcement and wishing to be considered must submit one copy each of the complete SF 330 for the firm or joint venture and SF 330, Part II, for each subcontractor. Submittal of supplemental attachments to SF 330 per evaluation factors a-e is strongly recommended. Submittal package must be received in this office at the address indicated below, no later than 2:00 PM Eastern Standard Time on 26 June 2007. Submittals received a fter this date and time will not be considered. Unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired. Small and small disadvantaged business fir ms 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 practicable extent with sma ll an d small disadvantaged firms in accordance with the provisions of Public Law 95-507. If a large business firm is selected for this contract, the firm must comply with FAR 52.219-9 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 out, the Corps of Engineers targets for subcontracting are 51.2% to small business concerns; 8.8% to small disadvantaged business concerns; 7.3% to women-owned sma ll business concerns; 3.1% for HUBZone concerns, and Service-Disabled Veteran-Owned (SDVOSB). Large firms should keep these targets in mind when considering qualifications of potential subcontractors and ensure that each proposed subcontractors socio-eco nomic status is clearly identified in the submission of qualifications. The NAICS code is 541330 with a small business standard of $4.5 million dollars. An approved small business-subcontracting plan will be required prior to award. Response to this ann ouncement must be in writing only; telephone calls and personnel visits are discouraged. The required forms shall be submitted to the following address: U.S. Army Corps of Engineers, Prudential Building, 701 San Marco Boulevard, ATTN: CESAJ-EN-TA, Jacks onville, FL32207-8175 or U.S. Army Corps of Engineers, ATTN: CESAJ-EN-TA, P.O. Box 4970, Jacksonville, FL 32232-0019. This is not a request for proposal . See our Web Page at www.saj.usace.army.mil. 4. THIS IS NOT A REQUEST FOR PROPOSAL. A Vendor User Guide is available on the FedTeds website. In order to receive notification of any amendments to this solicitation, interested vendors must be REGISTERED TO RECEIVE NOTIFICATION on the Federal Busines s Opportunities website at http://www.fedbizopps.gov/. If you are not registered, the Government is not responsible with providing you with notification of any changes to this solicitation. In addition, in order to generate a Plan Holders List, all inte rested firms must also REGISTER AS INTERESTED VENDORS which also is located on the Federal Business Opportunities website at http://www.fedbizopps.gov/. The Director of Defense Procurement has issued a final rule requiring that contractors must be registe red in the Central Contractor Registration (CCR) database before receiving a contract from any activity of the Department of Defense. The rule authorizes contracting officers to reject offers from contractors that have not registered. Call 1-888-227-2423 for more information or visit the CCRs website at http://www.ccr.gov. You must be registered in Online Representations and Certifications Application (ORCA) in order to receive an award from this solicitation. The ORCA website is located at http://orca .bpn.gov.
 
Place of Performance
Address: US Army Engineer District, Jacksonville P.O. Box 4970, Jacksonville FL
Zip Code: 32232-0019
Country: US
 
Record
SN01300540-W 20070524/070522221525 (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  © 1994-2020, Loren Data Corp.