Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2007 FBO #2056
SOLICITATION NOTICE

C -- Architect and Engineering Services - Construction

Notice Date
7/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-07-R-0045
 
Response Due
9/1/2007
 
Archive Date
10/31/2007
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: Architect and engineering services, procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are required to support the Value Engineering Services to the Kansas City District, U.S. Army Corps of Engineers. Selection will be made for one Indefinite Delivery Type Contract with a base period not to exceed one year and two option periods not to exceed one year each. The amount of work in each contract period will not exceed $1,000,000 and a total of $3,000,000. An option period may be exercised when the contracts amount for the base period or preceding option period has been exhausted or nearly exhausted. Work will be issued by negotiated firm-fixed-price task orders not to exceed the base contract amount. Design is anticipated to start October 2007 with completion by September 2010. SIC Number is 8712 This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 and Public Law 95-507 prior to award of the contract. The subcontracting goals for the Kansas City District are as follows: a minimum of 51.2% of the contractor's intended subcontract amount placed with small businesses (SB), 8.8% placed with small disadvantaged businesses (SDB), 7.3% placed with women-owned small businesses (WOSB) and 3.1% placed with HubZone s mall business and 1.5% to Service Disabled Veteran Owned Small Business. The subcontracting plan is not required with this submittal. The small business standard for this effort is based on the average annual receipts of the concern and its affiliates for the preceding three (3) fiscal years. A business is small for this effort if its average annual receipts do not exceed $4.0 million. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to thos e determined by the Department of Labor under the Service Contract Act, as determined relative to the employee's office location (not the location of the work). To be eligible for contract award, a firm must be registered in the DOD Central Contractor Registration (CCR). Register via the CCR Internet site at http://ccr.edi.disa.mil or by contacting the DOD Electronic Commerce Information Center at 1-800-334-3414. Work orders may be assigned for any work within the jurisdiction of Northwestern Division but the selection will be based on criteria within the Kansas City District. If multiple contracts are awarded based on this solicitation task orders will be assigned bas on experience, user requirements and knowledge of requirements at the project location. 2. PROJECT INFORMATION: The proposed services, which will be obtained by a negotiated Firm Fixed Price Contract, are for a variety of Value Engineering/Value Management services for various military, environmental, and Civil Works projects primarily withi n the Kansas City District mission boundaries. Projects outside the primary mission area of responsibility may be added at the Governments discretion upon agreement of the Value Engineering. Projects will be awarded by individual task orders. The maximum amount of the contract shall not exceed $3,000,000.00. Task orders are expected to range from $20,000 to $250,000; however larger task orders up to the maximum contract value may be awarded. The contract period is a three year cumulative period from the da te of award. Request the selection of up to five firms. The goal is for unrestricted for one large Business, one Small Business, one 8(A) Competitive, one HUBzone and one Disabled Veteran. Distribution of award may be adjusted to meet KCDs SB and SDB goal s. The services to be performed under this contract may be formal VE studies and/or VE/Value Management studies/reviews including presentations and will be so designated in each task order. Proposals must indicate capability to complete task orders in two wee ks or less from receipt of the notice to proceed and perform two (2) workshops in two different nationwide locations during one weeks time. Also, firms must demonstrate the ability to accomplish, within a specified schedule, 2 workshops weekly for sustained periods of time. Tasks may include using value methodology or other decision making tools to: perform value-based program/project planning charrettes; performing value-based project design charrettes; leading value based review of requests for proposals and/or plans & specification s; preparing risk determinations and mitigation plans for specific programs/projects; leading lessons learned reviews and after action reviews including participation from project managers, HQUSACE, and project delivery teams to assist with documentation o f such reviews; performing traditional Value Engineering workshops for design/bid/build projects that include study of project features and design systems to arrive at recommended alternatives following the five step plan as recognized by the Society of Am erican Value Engineers (SAVE) International. Members of the team must be knowledgeable in VE methodology, and the team leaders must be a Certified Value Specialists (CVS) currently certified by SAVE Inter national. VE reports and other products are to be a ssembled and distributed within one week of completion of the study/charrette/review session. Projects and programs requiring VE services may include large military facilities and campuses, complex navigation and flood protection features, extensive enviro nmental restoration projects, headquarters-level program assessments and evaluations of agency-wide engineering business procedures; projects may also be designed in metric units, therefore, team members must have knowledge and experience in metric design units. 3. SELECTION CRITERIA: Selection criteria are listed in order of importance. 1. Specialized experience and technical competence. a. Value Engineering studies of new buildings and structures, similar to the categories listed in paragraph 2 above. Projects completed before Jan 2002 will not be considered. Projects completed since Jan 2004 will receive higher ratings. The basis of the evaluation will be the information in Section F of the SF 330. List of similar value engineering studies of structures: museums, child care facilities, vehicle maintenance facilities, administrative facilities, hangers and related aircraft support sy stems, industrial facilities, ranges, training facilities, runways, pavements/hardstands, barracks, kitchen and food service. b. Quality management procedures. Describe the firms quality management procedures (address in Section H of the SF 330). The evaluation will consider quality control coordination between disciplines and subcontractors and quality control procedures for value engineering studies (type and timing of reviews). A detailed quality control plan is not required with this submission but may be required subsequent to award of a contract. c. Experience in sustainable design using Value Engineering, using either the Sustainable Project Rating Tool (SPiRiT) or LEED Green Building Rating System. Sustainable design projects with Value Engineering consists of using an integrated design with Value Engineering approach and emphasizing environmental stewardship, especially energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction; reduction or elimination of toxic and harmful substances in facili ties construction and operation; efficiency in resource and materials utilization; and development of healthy, safe and productive work environments. The evaluation will consider projects performed by the prime firm and consultants that demonstrate these sustainable designs with Value Engineering principles and the qualifications of the key personnel (Certified Value Specialist (CVS), Associate Value Specialist (AVS), architect, mechanical, civil) that demon strate their experience in sustainable design with Value Engineering. Project information will be based on project descriptions in Section F of the SF 330. Personnel experience will be based on Section E of the SF 330. Personnel Qualifications. Key personnel are defined as: Certified Value Specialist (CVS), Associate Value Specialist (AVS), lead architect, lead civil, lead mechanical. d. Value Engineering of repair and renovation projects, similar to the categories listed in paragraph 2 above. Projects completed before Jan 2002 will not be considered. Projects completed since Jan 2004 will receive higher ratings. The basis for the e valuation will be the information in Section F of the SF 330. List of similar projects: whole building renovation, repair or replacement of architectural elements, building seismic upgrades; force protection upgrades, repair or replacement of mechanical, electrical or fire protection/detection systems; asbestos and lead abatement services related to building renovation or demolition; renovation of historic structures, etc. 2. Professional capabilities: Qualified Certified Value Specialist (CVS), Associate Value Specialist (AVS) and registered professional personnel in the following key disciplines: Certified Value Specialist (CVS), Associate Value Specialist (AVS), architec ture, structural, mechanical, electrical, civil, fire protection specialist, certified industrial hygienist, interior designer, force protection specialist (physical security), force protection specialist (electronic security), geotechnical, surveyor. Qua lifications of the project manager shall also be provided. The evaluation will consider education, registration, and overall and relevant experience using information from Section E of the SF 330. The SF 330 shall include a matrix in Section G showing exp erience of the proposed lead Value Engineers, Certified Value Specialist (CVS), Associate Value Specialist (AVS) on the projects listed in Section F of the SF 330. 3. Past Performance on DoD and other contracts with respect to value engineering, value management, cost control, quality of work, and compliance with performance schedules, as determined from references, other sources and ACASS. Letters of commendation from customers addressing your firms cost control, quality of work and schedule compliance capabilities may be included in Section H of the SF 330. Letters should be for projects of a similar nature and shall be no older then three years to be considered . 4. Knowledge of local conditions within Kansas and Missouri, specifically regarding climatic conditions (key disciplines: CVS, AVS, architect, mechanical, civil); local construction methods (key disciplines: architect, structural, geotechnical, civil) and local construction climate impact on cost estimating (estimator). Evaluation will look at the specific experience of the listed key discipline lead Value Engineers, Certified Value Specialist (CVS), or Associate Value Specialist (AVS) (one per disciplin e) as stated in Section E of the SF 330. The more Kansas and Missouri projects listed, the higher the rating. 5. Capacity to initiate work and complete within the time parameters of the project. The evaluation will consider the availability of an adequate number of personnel in the following key disciplines: Certified Value Specialist (CVS), Associate Value Spec ialist (AVS),; architect; mechanical; electrical; civil; structural. The evaluation will look at numbers listed in Part II of the SF330 to evaluate the overall capacity of the team. Discipline Minimum needed Certified Value Specialist (CVS) 5 (use 1 for small businesses) Associate Value Specialist (AVS) 5 (use 1 for small businesses) Architect 5 (use 1 for small businesses) Mechanical engineers 5 (use 1 for small businesses) Electrical engineers 5 (use 1 for small businesses) Civil 5 (use 1 for small businesses) Structural engineers 5 (use 1 for small businesses) 6. Location of the firm in the general geographical area of the Kansas City District. 7. Extent of participation of SB (including WOSB), SDB, historically black colleges and universities and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. 8. Volume of DoD AE contract awards in the last 12 months, with the objective of effecting an equitable distribution of DoD AE contracts among qualified firms, including SB and SDB. 4. Submittal Requirements: Interested firms having the capabilities to perform this work must submit two copies of SF 255 (11/92 edition) to the address listed below not later than close of business 01 September 2007. Each firm/consultant listed within the SF255 must have a current SF 254 (submitted within the last 12 months) on file with the Corps of Engineers, or one must be submitted with this package. In Block 10 also indicate the estimated percentage involvement of each firm on the proposed team. Solic itation packages are not provided. This is not a request for proposal. Submit responses to: U.S. Army Corps of Engineers Attn: CENWK-CT-M/Wilson 760 Federal Building, 601 E. 12th Street Kansas City, Missouri, 64106-2896. 5. Questions: Questions of a technical nature should be addressed to Walter Heimbaugh at (816) 389-3306 and those of an administrative nature to Matthew J. Wilson, Contracting Specialist at (816) 389-3426.
 
Place of Performance
Address: US Army Engineer District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
Country: US
 
Record
SN01340861-W 20070714/070712221603 (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.