Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2007 FBO #2024
SOLICITATION NOTICE

C -- Indefinite Delivery Contract primarily for Cost, Schedule and Resource Estimates of Military Projects within the Norfolk District and North Atlantic Division Mission Boundaries.

Notice Date
6/10/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, Norfolk, 803 Front Street, Norfolk, VA 23510-1096
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-07-R-0037
 
Response Due
7/12/2007
 
Archive Date
9/10/2007
 
Small Business Set-Aside
N/A
 
Description
The proposed services; which, will be obtained by a negotiated Firm Fixed Price Contract, are for cost, schedule, and resource allocation estimates of military projects for Norfolk District and other projects within the North Atlantic Division missio n boundaries. Projects will be awarded by individual task orders with the maximum cumulative contract value being $3,000,000. The estimated cost per task order is approximately $1,000,000. The contract period is cumulative and ends three years from date of award. If a large business is selected to negotiate a contract, the firm will be required to present an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507 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 percentages are applied to the total amount of subcontracted dollars. Significant emphasis will be placed on the engineering firm's quality control procedures, as the District will perform the Quality Assurance role only. Estimated start date is October 2007. To be eligible for award, a firm must be registered in the DoD Central Contractor Registration (CCR) database, via the CCR Internet site at http://ccr.gov or by contacting the DoD Electronic Commerce Information Center at (800) 334-3414. Register to provide certifications a nd representations at http://orca.bpn.gov. In Block B.5 of the SF 330, Part II, provide the DUNS number for the prime ENGINEERING firm or Joint Venture. The DUNS number must be for the firm/branch office performing the work. For assignment of DUNS numbers, contact Dun & Bradstreet at 1-877-705-5711, or via the internet at http://www.dnb.com. The DUNS requirements replace the previous ACASS system and procedures. The selected firm maybe required to attend a partnering workshop to define the Government's expe ctations, create a positive working atmosphere, encourage open communication, and identify common goals. 2. PROJECT SPECIFIC INFORMATION: Project will consist of advanced cost, resource, and scheduling analyses from qualified professional staff specifically in support of the Integrated Design Bid Build procurement of the Community Hospital at Ft Belvoir VA. The selected firm will provide expert technical advice and support to the Government Integrated Project Office at Ft Belvoir, VA. The expected engineering services shall consist of dynamic construction simulations which integrate cost, schedule, and reso urce allocations, from initial design phases through actual construction phase scheduling and construction cost analysis support; schedule and cost estimates must address complex variables including local trades, local labor rates, productivity of local la bor pool, access to construction sites, construction site management of requirements schedules, and local availability of materials and shall not rely on historical data or rules of thumb; cost estimates and associated project schedules shall be integrated with each other for multiple design packages representing definitive design packages; and assessments of multiple construction scenarios with definitive and reusable baselines which are related to the hospital construction. This contract will be used so lely to support the Community Hospital Project at Ft Belvoir VA. In addition to construction cost estimating and realism analyses on the various design packages the consultant will develop and maintain throughout the project an integrated schedule for all project participants, contractors, subcontractors, Government Agencies, Suppliers, and other interested parties. This schedule will be updated on a bi-weekly basis. The contractor will also be required to regularly coordinate with and share data with the Ft Belvoir Integrated BRAC Scheduling Team under th e direction and guidance of the Contracting Officers Representative. 3: SELECTION CRITERIA: The specific selection criteria (a through d are primary and e though f are secondary) in descending order of importance are as follows and must be documented with resumes in the SF 330: a) Specialized Experience shall be demonstrated through Hospital or Bio-Medical Research type project experience. Specialized Experience and technical competence in the expected activities identified above to include experience in cost and scheduling meth ods on projects including full design projects or CM@Risk commercial sector projects; application and utilization of Earned Value Management System (ANSI/EIA -748); projects utilizing Sustainable Design (with experience in energy and water conservation and efficiency; use of recovered and recycled materials; construction waste stream reduction, and employing the LEED evaluation and certification methods); anti-terrorism and force protection measures; construction cost estimating; and on-site construction su pport consisting of bi-weekly construction project progress schedule analyses, construction modification cost and schedule support, and recovery/claims schedule and cost support. Only resumes identifying the professionalism and specialized experience of ke y members of the design team are necessary. Other available personnel may be specified in paragraph H of the SF330. In addition, the following must be addressed in paragraph H of the SF330; a brief Quality Management Plan including an explanation of the fi rm's management approach; team organization, on-site schedule expert, management of subcontractors (if applicable); quality control procedures (for cost estimates, resource estimates, and schedule analyses and electronic documents); procedures to insure th at internal resources are not over-committed; and an organizational chart showing the inter-relationship of management and various team components (including subcontractors). The evaluation will also consider prior relationships of the prime firm and any o f their significant consultants on similar projects. Clearly indicate the primary office where the work will be done and the staffing at this office. In Block H also indicate the estimated percentages involvement of each firm on the proposed team as ap plicable. b) Professional Qualifications: At least one project team member resume in each of the following fields; scheduling (P3 expertise required), architecture; civil; structural (independent of civil); mechanical; electrical; medical systems; and cost engineer ing. Individuals shall have specific Hospital or Bio-Medical Research experience with the individuals professionally registered in the relevant professional field as an engineer or architect as a desirable feature though not a minimum qualification level . c) 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 Ft Belvoir or at the home office; d) Past performance on DoD and other contracts including success in providing cost, schedule, and resource estimates which were within 10% of actual contract cost, schedule, and resource allocations observed, providing quality work, and compliance with tas k order or contract performance schedules. Documentation of this past performance shall be provided in tabular format for easy understanding by the board. The evaluation will also consider established ACASS ratings and other credible documentation inclu ded in the firms qualification statement; e) 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 codes, geological features, environmental and c limatic conditions for Ft Belvoir and the National Capital Region. f) Extent of participation of SB, SDB, his torically black colleges and universities, and minority institutions in 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 one copy of the SF 330, Part I, and one copy of SF 330, Part II for the prime firm. Font size shall be 10 or larger. Resumes in Section E and Example Pro jects in Section F shall not exceed one page each. Indicate in Section C.11 if the prime has worked with the team members within the last five years. In Section G.26, include the firm each of the key personnel is associated with. Responding firms must subm it a current and accurate SF330, Part II, for each proposed consultant. Please identify the DUNS number of the office performing the work in Block B.5 of the SF330, Part I. DUNS numbers may be obtained by contacting Dun & Bradstreet at 1-877-705-5711, or v ia the internet at http://www.dnb.com. The DUNS requirements replace the previous ACASS system and procedures. The SF 330 will be no longer than 100 pages in length (excluding the SF330, Part IIs) and Block H will be 15 pages or less in length. Each printe d side of a page will count as one page. Release of firm status will occur within 10 days after approval of the selection. All responses on SF330 to this announcement must be received no later than 2:00 p.m. local time on July 12, 2007. No other informatio n including pamphlets or booklets is requested or required. No other general notification to firms under consideration for this project will be made. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional pro ject information will be given to firms during the announcement period. Submit responses to US Army Corps of Engineers, ATTN: CECT-NAO/Debbie Gray, 803 Front Street, Norfolk, VA 23510-1096. Email your questions to US Army Corps of Engineers, Norfolk at debora.s.gray@usace.army.mil.
 
Place of Performance
Address: US Army Engineer District, Norfolk 803 Front Street, Norfolk VA
Zip Code: 23510-1096
Country: US
 
Record
SN01315347-W 20070612/070610220507 (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.