Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 17, 2010 FBO #3249
SOURCES SOUGHT

C -- PROFESSIONAL, MULTI-DISCIPLINED COST ENGINEERING SERVICES

Notice Date
10/15/2010
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-11-R-SS01
 
Response Due
11/2/2010
 
Archive Date
1/1/2011
 
Point of Contact
Brian K. Wing, 509-527-7206
 
E-Mail Address
USACE District, Walla Walla
(brian.k.wing@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Announcement Number W912EF-11-R-SS01 is not a notice of solicitation. The Walla Walla District Corps of Engineers (CENWW) is issuing this notice to determine if there is an adequate number of qualified interested small business concerns capable of providing professional, multi-discipline, cost engineering services. CENWW is issuing this Sources Sought to identify qualified vendors interested in supporting the U. S. Army Corps of Engineers in cost-estimating and other services on a global basis in two or more of the following disciplines: Providing cost estimating in Mechanical, Civil Works, Environmental, Electrical and Structural and Services in Scheduling and/or Risk Analysis. When published, the solicitation will be in accordance with the policies and procedures applicable to the acquisition of architect-engineer (A-E) services under Subpart 36.6 of the Federal Acquisition Regulation (FAR) and the Brooks Act. CENWW is anticipating issuing an Indefinite Delivery Indefinite Quantity (IDIQ) contract(s)with a base year and up to four options with a total value between $50M and $100M. The majority of individual Task Orders will range between $50,000 and $1.5M. The solicitation is anticipated to be restricted to small businesses under NAICS Code 541330, small business size standard of $4.5 million. Based on the number of qualified responses, we anticipate 100% of the total dollar value may be set-aside for qualified vendors that are certified as one or more of the following small business concerns: 8(a), HUBZone, Service Disabled Veteran Owned Small Business, or Small Businesses. BACKGROUND: CENWW and its Construction Division Cost Engineering Branch were assigned as a Directory of Expertise (DX) for Civil Works Cost Engineering in 2002. The DX provides a centralized, quick, and expert response for all cost engineering requests from the Army Corps of Engineers (COE), the Department of Energy (DOE), other Department of Defense, or Federal agencies. The DX establishes teams to complete tasks using individuals from other COE Districts, the Walla Walla District Cost Engineering Branch, and the private sector through Architect Engineer contracts to complete work in the Continental U.S. (CONUS) and Outside the Continental U.S. (OCONUS) work to include only the following USACE Districts, Alaska, Hawaii, Korea and Japan including the United States Pacific Territories. SCOPE Professional, multi-discipline, cost engineering services include, but are not limited to, cost engineering, cost estimating, risk analysis, program and project management, planning and scheduling, cost and schedule performance measurement and change control, and value engineering. These services are required to support the COE Hazardous, Toxic, and Radioactive Waste and Military and Civil Works Program, as well as support the COE in sponsorship with other agencies such as, but not limited to, Department of Energy and its subdivisions of environmental restoration, waste management, decontamination and decommissioning, Office of Site Service, and Office of River Protection. Past DOE programs have included projects in Design, Regulatory Support, Confirmatory Sampling, Liquid Waste Site Remediation, Waste Site Remediation, Burial Ground Remediation, Deactivation, Demolition, Site Security, Waste Operations, Surveillance & Maintenance, Project Management & Management Controls, Miscellaneous Restoration, Stewardship Preparation, Independent Closure Reviews, Operate and Close Utilities Confirmatory Sampling Sites, and Contingency review and Escalation. COE and other agencies projects may involve but not limited to vertical and horizontal construction, environmental cleanup, demolition, and/or restoration. Project teams will be comprised of both COE and A&E contractor personnel. In order for the teams to function properly, all personnel must be able to utilize the same operating platforms. MCACES version M2, Crystal Ball and Primavera are the standard software packages the COE utilizes to complete the work breakdown structure, activity based estimating techniques, and baseline cost estimating, risk analysis, critical analysis and scheduling techniques and other related skills. Project Proposals will be evaluated on professional qualifications, experience, and the firms capabilities to provide cost engineering services from the planning phases through final project completion. Cost engineering services may be ordered or obtained under the proposed contracts through a decentralized ordering process. Various aspects of the administration of Task Orders may be delegated to USACE Contracting Officers and appointed Contracting Officer Representatives (COR); however, administration of the contracts shall remain with the COE Walla Walla District Contracting Office. Detailed evaluation criteria will be specified in the solicitation. COST ENGINEERING SUPPORT CONTRACT TECHNICAL REQUIREMENTS Qualified Architect-Engineering firms will be required to meet the following Technical Requirements: a. Have key cost personnel who have a cost certification from an accredited cost organization such as: American Society of Professional Estimators (ASPE), Society of Cost Estimating and Analysis (SCEA), International Society of Parametric Analysts (ISPA), or Association for the Advancement of Cost Engineering International (AACEI). b. Projects being performed on other agency sites such as DOE or DOD may require the A&E firm and its key cost personnel to have or be able to obtain security clearances up to and including Top Secret as required. c. Independently develop, design and construct cost estimates for various vertical and horizontal construction, environmental cleanup, demolition and/or, restoration projects, based on concept, preliminary, interim and final designs furnished by the Government. Projects can range from small civil works projects to large multi-billion one of a kind highly complex construction projects. d. Level of detail required for estimates shall be described in each task order and shall range from the most conceptual level of cost estimating to the most detailed bottoms-up estimating methodology on all construction and/or design tasks and/or line items. All cost estimating logic and assumptions shall be documented within the cost estimate prepared utilizing MCACES 2nd Generation (MII) cost estimating software. e. Develop supporting data for cost estimates prepared under this contract. Data to be developed includes: i. Quantity takeoffs of materials and supplies ii. Labor rates iii. Labor types, equipment and time required to construct various features of work, with associated narratives. iv. Material prices, supported by quotations where appropriate v. Risk analysis and evaluation of contingencies including Monte Carlo Risk Analysis using Crystal Ball Risk Software. vi. Constructability analysis and cost comparisons. vii. Other cost data as directed in each task order. f. Independently develop design and construct resource loaded Primavera project schedules, provided minimal project scope information from the government for all USACE and/or DOE civil works, military construction, or environmental cleanup projects. g. Concurrently capable of fielding two to ten multi-disciplined cost engineering teams each consisting of approximately two to twelve personnel capable of producing cost engineering products (cost estimates, schedules, risk analyses and associated methodology and/or review reports) for the most basic to highly complex civil works, military construction, environmental cleanup including nuclear contaminated sites. h. Schedules are extremely tight. Many projects have critical elements that require expedient allocation of resources requiring the deployment of multi-disciplinary teams within 5 days after receiving the notice to proceed. These teams must independently produce all deliverables under a highly compressed schedule provided the most basic government furnished information for each individual project. Majority of project work will be performed on project site. i. Shall have the capability to provide subject matter experts from various technical fields in support of the cost estimating services required by this contract. Such fields may include but not limited to environmental, hazard toxic waste cleanup, and nuclear construction. j. The A&E Firm shall effectively manage their concurrently operating multi-disciplinary project teams to perform and produce quality deliverables including dispensation of all review comments from USACE and DOE for final deliverables from the customer. k. Shall provide project teams led by an experienced team lead technically qualified to manage the team in accomplishing the tasks included in the scope of work to be performed for the respective task orders. l. Shall be capable of performing cost engineering duties related to contract acquisition and/or contract modifications, preparation of independent government cost estimates, resource loaded schedules, cost and technical analyses of contractor proposals, negotiation preparations based on the analysis and other studies in order to support government manned contract selection boards and processing contract modifications as required. m. Shall be highly knowledgeable of USACE and DOE cost engineering, project and contract management policies, practices and regulations and be capable of effectively reviewing current projects, programs or agency offices or sites and their respective progress and or products and evaluating compliance and effectively communicating such via both in-depth and summary level documenting reports. EVALUATION CRITERIA Each potential A&E firm will be evaluated in terms of its: (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (3) Capacity to accomplish the work in the required time; (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. (5) Acceptability under other appropriate evaluation criteria. A/E firms interested in responding to the forthcoming solicitation for Cost Estimating Support Services will be required to submit Standard Form 330 (SF 330), Architect-Engineer and Related Services Questionnaire. In accordance with Brooks Act (PL 92-582 as amended), a completed form furnishes the federal agency with general information on the size, capabilities, personnel, and past experience of an interested firm. Instructions on how to complete Standard Forms 330, which include substantial guidance on what information to add to your SF 330, are contained with the form. SF 330 can be found at http://www.gsa.gov/forms RESPONDING TO THIS ANNOUCEMENT The intent of this Sources Sought is to use the responses from the below survey to evaluate the industry capability and likelihood of success. If your firm meets the technical requirements above and is considered a Small Business under NAICS Code 541330, certified as one or more of the following small business concerns: 8(a), HUBZone, Service Disabled Veteran Small Business. Please complete the below survey and return with any additional company information/or questions concerning this announcement to Mr. Scott Beckstrand as soon as possible, but no later than 10 calendar days from the posted date of this notice. U.S. ARMY CORPS OF ENGINEERS WALLA WALLA DISTRICT COST ESTIMATING SURVEY Sources Sought # W912EF-11-R-SS01 Company Name: Address: Point of Contact: Telephone #: E-mail address: From your Central Contractor Registration (CCR) please provide: Duns Number: Cage Code: Small Business Certifications: (Check all that apply) : Small Business ____, 8(a) _____, HUBZone _____, SDVOSB _____, 1. How many in-house resources of each discipline does your company currently have? Mechanical Cost Engineer Civil Work Cost Engineer Environmental Cost Engineer Electrical Cost Engineer Structural Cost Engineer Schedulers 2. How many in-house resources have a cost certification? Mechanical Cost Engineer Civil Work Cost Engineer Environmental Cost Engineer Electrical Cost Engineer Structural Cost Engineer Schedulers 3. Please list recent experience (description and size) with federal or public agencies which involves HTRW cleanup or similar activities 4. Travel could be required anywhere across the Continental U.S., USACE Districts in Korea, Japan, Alaska, Hawaii along with the United States Pacific territories. Considering your in-house resource capabilities, what would be the largest available resource commitments to this contract based on following size of task orders? $50,000 to $100,000 personnel ________ time_________ # of teams _______? $100,000 to $250,000 personnel ________ time_________# of teams _______? $250,000 to $500,000 personnel ________ time_________# of teams _______? $500.000 to $750,000 personnel ________ time_________# of teams _______? $750,000 to $1,000,000 personnel ________time________# of teams _______? Over $1,000,000 personnel ________time __________# of teams _______? 5. Please provide description and size of civil work and/or military construction projects performed within the last three years for any federal or public agencies. Clearly list any work done for work in Korea, Japan, Alaska, Hawaii and any of the United States Pacific territories. 6. What experience do you have in risk analysis for cost and scheduling? Please return your completed survey to: US Army Corps of Engineers Mr. Scott Beckstrand, Deputy, Small Business Programs 201 N. Third Avenue Walla Walla, WA 99362-1876 Or by E-mail at: Scott.V.Beckstrand@usace.army.mil For questions about this Sources Sought document the Point of Contact is: Brian Wing, Contract Specialist Voice: (509) 527-7206 US Army Engineer District, Walla Walla Contracting Office Address: US Army Engineer District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876, U.S. Place of Contract Performance: US Army Engineer District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876, U.S.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-11-R-SS01/listing.html)
 
Place of Performance
Address: USACE District, Walla Walla 201 N. Third Avenue, Walla Walla WA
Zip Code: 99362-1876
 
Record
SN02311831-W 20101017/101015233858-91af47fa1883f4cf984c54ba20b2a215 (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.