Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2008 FBO #2469
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY INDEFINITE QUANTITY ARCHITECT-ENGINEER SERVICES CONTRACT FOR COST ESTIMATING SERVICES, PRIMARILY VARIOUS LOCATIONS, ALASKA and HAWAII

Notice Date
8/28/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Corp of Engineers - Alaska, ATTN: CEPOA-CT, P. O. Box 6898, Elmendorf AFB, Alaska, 99506-6898
 
ZIP Code
99506-6898
 
Solicitation Number
W911KB-08-R-0046
 
Archive Date
10/14/2008
 
Point of Contact
Kristine G Stoehner,, Phone: 907-753-2554, Tamela R. Perry,, Phone: 907-753-2546
 
E-Mail Address
kristine.g.stoehner@usace.army.mil, tamela.r.perry@usace.army.mil
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: 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 regarding this requirement for a subcontracting plan for that part of the work it intends to subcontract. The FY 08 subcontracting goals for this contract are a minimum of 70.0% of the contractor's intended sub-contract amount be placed with small businesses, with 6.2% of that to small disadvantaged businesses, 7.0% to woman-owned small businesses, 9.8% to HUB Zone small businesses, 3.0% to Veteran-owned small businesses, and 0.9% to service disabled veteran-owned small businesses. The subcontracting plan is not required with this submittal. All responders are advised that this project may be cancelled or revised at any time during the solicitation, selection, evaluation, negotiation and final award. More than one contract is anticipated, but no more than two (2) contracts will be awarded. Contracts may be awarded concurrently or may be staggered at two (2) to six (6) month intervals. There is no specific task order limit except the limit of the contract(s). The first contract award is anticipated for the 4th quarter of FY 2008. The contract(s) shall be indefinite delivery firm fixed price with a contract limit of $500,000 over a term of five years per EFAR Part 36 (b). Work will be issued by negotiated firm-fixed price task orders. In addition, no projects are yet authorized and no funds are presently available. This solicitation does not guarantee work to selected firms. To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA). Register via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. For ORCA, register at https://orca.bpn.gov/login.aspx The allocation of requirements to each of these contracts will be based on the assessment of best value for the Government, and may include an assessment by the Government of any or all of the following factors. (a) Equitable allocation of work among contracts; (b) Specific and unique capabilities; (c) Apparent capacity of the contractor to perform the anticipated type of work; (d) Past performance on earlier orders under the contract, including quality, timeliness and cost control; (e) Ability to accomplish the order in the required time, and meet required delivery schedules. (f) Experience and/or ongoing work (locality and/or type); understanding of local factors and geography. (g) Remaining contract capacity to include potential impact on other orders placed with the contractor. (h) Minimum order requirements. (i) Available personnel. (j) The amount of time contractors needs to make informed business decisions on whether to respond to potential orders. In accordance with FAR 16.505 (b)(1), the contracting officer must provide each awardee a fair opportunity to be considered for each order exceeding $3,000 issued under multiple delivery-order contracts or multiple task-order contracts, except as provided for below. Exceptions to the fair opportunity process: The contracting officer shall give every awardee a fair opportunity to be considered for a delivery-order or task-order exceeding $3,000 unless one of the following statutory exceptions applies: (a) The agency need for the supplies or services is so urgent that providing a fair opportunity would result in unacceptable delays; (b) Only one awardee is capable of providing the supplies or services required at the level of quality required because the supplies or services ordered are unique or highly specialized; (c) The order must be issued on a sole-source basis in the interest of economy and efficiency because it is a logical follow-on to an order already issued under the contract, provided that all awardees were given a fair opportunity to be considered for the original order. (d) It is necessary to place an order to satisfy a minimum guarantee. The AEs which are candidates for negotiation shall be ranked in accordance with the selection criteria described below. The first contract award is anticipated for FY 08. 2. PROJECT INFORMATION: The AE selected would be required to have sufficient staff, flexibility, and capability to be available on an as-needed basis. Typical types of services to be provided include: (a) develop civil works, military, and HTRW cost estimates in the Corps of Engineers' Work Breakdown Structure using "MCACES 2 nd Generation", "MCACES Gold", "MCACES for Windows", "Microsoft Excel" and Parametric Cost Estimating System (PACES) software; (b) input 95% cost estimate data into Department of Defense Form 1354's using "DD Form 1354 Editor for Windows" and "Microsoft Excel" software, and provide support for filling DD1354 using a fillable PDF or similar (c) attend programming charettes, design charettes and meetings, value engineering conferences, review conferences, and technical meetings at various locations, typically in Alaska and Hawaii. (d) provide construction execution GANTT Chart schedules and perform analyses; (e) be able to assess the relative economic and technical merits of alternative engineering solutions. (f) perform Cost Risk Analysis using Crystal Ball or similar software (g) perform Life Cycle Cost Analysis using TRACES software. 3. LOCATION : Primarily Various Locations, Alaska and Hawaii. 4. SELECTION CRITERIA: The following selection criteria are listed in descending order of importance : (A)-(E) are primary selection criteria: (a) Minimum professional personnel requirements in the following disciplines are: At least two cost estimator(s) with experience performing multi-discipline cost estimates for facilities and infra-structure. Each cost estimator must have 3 years experience preparing estimates. Three years individual experience is also required for subcontracted disciplines. Responding firms must provide a separate SF330 for each subcontractor necessary. (b) Specialized experience and technical competence including: 1) Experience working with a variety of cost estimating software. 2) Experience working with construction execution schedule analysis and related software. (c) Capacity to maintain schedules and accomplish required work on two simultaneous task orders. (d) past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with schedules. (e) Knowledge of locality. Criteria (f)-(h) are secondary criteria and will only be used as "tie-breakers" among technically equal firms. (f) location of the firm in general geographical area of the projects; (g) volume of DOD contract awards in the last 12 months; (h) extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. 5. SUBMISSION REQUIREMENTS: Firms submitting their qualifications should provide ONLY 1 copy and must include the following additional information as indicated: (a) Part I, block c (11): include if previously worked with subcontractor and estimated percentage involvement for each team member; (b) Part I, block F (24): include separate values for professional fee and construction for each project identified; and (c) Part I, block H (3): address how your team meets each selection criterion. Include an organization chart of the key personnel to be assigned to the project. The 6/04 edition of the SF330 MUST be used, and may be obtained from the Government Printing Office at: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do or from commercial software suppliers for use with personal computers and laser printers in both Adobe Acrobat PDF and Form Flow formats. Part I-H of the SF 330 describes the firm's overall Quality Management Plan. A detailed contract-specific Quality Management Plan, which includes quality control and quality assurance plans, must be prepared for Government approval as a condition of contract award, but is not require d with this submission. Part I and II of the SF 330 must be submitted. Submittals must be received at the address indicated above not later than COB (4:00 pm Alaska time) on the above response date. Any submittals received after this date will not be considered. Note regarding hand carried submittals, express mail or mail delivered commercially: If a firm does not have a current pass to gain entry to the base, the firm must request a day pass to deliver the submittal by using the following procedures: Two (2) work days prior to delivery, the firm must provide the solicitation number, name of person or persons delivering the proposal, and name of employer. This information must be faxed to 907/753-5598 Attn: Kristine Stoehner or forwarded electronically to the POC identified herein. This will be a day pass only. All passes are issued at the Boniface Gate, Elmendorf AFB only. Each driver must provide a valid driver's license, proof of current insurance, current IM certificate, and current valid vehicle registration. Requests forwarded after this date will not be considered. No additional information shall be provided, and no faxed or e-mailed submittals shall be accepted. This is not a request for proposal.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f0f795b0543694708384a7272016c209&tab=core&_cview=1)
 
Place of Performance
Address: U.S. Army Corp of Engineers, Elmendorf AFB, Alaska, 99506-0898, United States
Zip Code: 99506-0898
 
Record
SN01653719-W 20080830/080828221110-f0f795b0543694708384a7272016c209 (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.