Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2011 FBO #3462
MODIFICATION

C -- ARCHITECT AND ENGINEERING SERVCES - COST ENGINEERING DIRECTORY OF EXPERTISE - SMALL BUSINESS SET-ASIDE

Notice Date
5/16/2011
 
Notice Type
Modification/Amendment
 
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-0018
 
Response Due
6/16/2011
 
Archive Date
8/15/2011
 
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
CONTRACT INFORMATION: This announcement is issued as a 100% Small Business Set-Aside. The United States Army Corps of Engineers (USACE) Walla Walla District plans to award two Nationwide (Continental USA (CONUS) and Pacific Ocean Division (POD) USACE) Indefinite Quantity Contracts (IDC) for a five-year period consisting of a base period of one year and four one year option periods. The maximum amount the Government may order under the two IDC's shall not exceed $20M each respectfully. These contracts are being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work as further described in this announcement. The services will consist of Cost Engineering services to support Walla Walla District designation as a Cost Engineering Directory/Center of Expertise (DX). The requirements under the IDC's will be issued primarily under firm-fixed price task orders utilizing the labor and overhead rates accepted with award of the IDC. The estimated base and option year contract capacities are $20M each. The contract capacity will be awarded in its entirety at the time the base contract is awarded. Unused capacity will be rolled forward at the time the next years rates are exercised and become effective. The annual contract rates are fixed prices for the annual period for which they are negotiated. The contract minimum guarantee of $10,000 will may be obligated via issuance of an initial task order concurrent with award of the IDC. The IDC is anticipated to be awarded in August - September 2011. 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://www.ccr.gov. PROJECT INFORMATION: The proposed small business awards will be used primarily to support the USACE mission but will also be provided opportunities to support DOE and other federal agency missions based on the scope of task orders and the capability of the small business to perform the work. The proposed IDC will support USACE mission in performing cost environmental cleanup, demolition and/or restoration. The selected A-E firm must be capable of performing cost estimates for multiple customers with a wide variety of sites across the nation in a manner that complies with Federal, State and Local regulations and laws within timeframes required to meet program objectives. The selected A-E firm must have resources with security clearances such as Q, L, Top Secret or Secret in order to perform DOE work. In addition to having clearance levels, the A-E firm must have sufficient resources (averages between 5 to 20 cost personnel) to work at multiple sites for long durations (often up to or exceeding 20 days). The magnitude of the task orders may range from $3,000 to $1.0M. Task orders under the IDC may be awarded and administered by Walla Walla District or any other USACE District that coordinates and obtains authorization from Walla Walla District for contract capacity usage. The A-E firm shall use USACE estimating software MCACES (M-II), USACE and DOE work breakdown structure, activity based estimating techniques, baseline cost estimating, risk analysis, critical analysis and scheduling techniques, and other related skills. The firm's cost engineering specialist(s) must be certified by a professional organization, such as AACE, ICEC, PCEA, etc. The firm's cost estimators must spend the majority of their time performing cost engineering functions, and must be specifically identified, and their competence indicated by resume, in Section E of the SF 330. Individual resumes are limited to one page each. In addition, the firm selected must demonstrate experience in using USACE estimating software MCACES (M-II), USACE and DOE work breakdown structure, activity based estimating techniques, baseline cost estimating, risk analysis, critical analysis and scheduling techniques, and other related skills. In accordance with FAR Subpart 36.209, no contract for any follow-on construction work shall be awarded to the firm that designed the project or its subsidiaries or affiliates. SELECTION CRITERIA: A-E selections will be conducted in strict accordance with the announced selection criteria, and in compliance with FAR Subpart 36.6, its supplements and Engineer Pamphlet 715-1-7. Evaluation of contractor proposals will be based on contractor's specialized experience and technical competence in areas of experience such as cost engineering, cost estimating, program and project management, planning and scheduling, risk analysis, cost/schedule performance measurement, security clearances, change control, and value engineering. Review professional capabilities for satisfactory performance of work required under this contract or work performed by individual task order requirements. Review of demonstrated capability and capacity in order for the firm to perform the statement of work as primarily required by DOE and other USACE customers such as NNSA, EPA, GSA, other USACE Districts, and other federal agencies as described in this A-E announcement. Each firm will be evaluated with respect to past cost control, quality of work, and compliance with performance schedules. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A thru D are primary. Criteria E is secondary and will only be used as tie-breaker among technically equal firms. A. Professional Qualifications: The selected firm must have, either in-house or through sub-consultants, the following Cost Engineering disciplines, with registration required where applicable (1) Architect; (2) Structural; (3) Civil (4) Mechanical; (5) Electrical; (6) Environmental; (7) Value Engineering; (8) Scheduler; and (9) Risk. The firm's cost engineering specialist(s) must be certified by a professional organization, such as AACE, ICEC, PCEA, etc; B. Specialized Experience and Technical Competence in: (1) Preparing cost estimates utilizing the following estimating software: MCACES (M-II) and PACES. The firm selected must demonstrate experience utilizing this software; (2) Preparing cost estimates for environmental restoration, waste management, decontamination and decommissioning design, regulatory support, confirmatory sampling, liquid waste site remediation, waste site remediation, burial ground remediation, deactivation, demolition, site security, waste operations, surveillance and maintenance, project management and management controls, miscellaneous restoration, stewardship preparation, independent closure reviews, operate and close utilities confirmatory sampling sites, and contingency review and escalation for projects primarily at Department of Energy (DOE) work sites; (3) Preparing cost estimates for Civil Works and Military projects; (4) Preparing programming/ conceptual, parametric, final design, and change order estimates; (5) Preparing cost and schedule risk analysis; (6) Scheduling with specialized experience and technical competence in preparing construction schedules for both horizontal and vertical construction projects that result in a construction duration that can be used in bidding a project. Schedule shall include a breakdown of all construction activities with related durations in a neat, orderly fashion. Said schedule may be included in the construction solicitation, therefore it must be accurate and defendable; (7) The ability to provide quick turnaround of task orders i.e. ability to prepare proposals in 5 to 10 days; (8) Preparation of Value Engineering Studies; (9) Describe the firm's quality management plan, quality assurance, and coordination of the in-house work with consultants; C. Capacity to Accomplish the Work: The capacity to accomplish at least $300,000 per month comprised of five or more individual task orders simultaneously with task orders ranging from $3K to $1.0M, respectively for a 5-year period; D. Past Performance: Past performance on Department of Defense (DOD) and other contracts with respect to cost control, quality of work, and compliance with performance schedules; E. Small Business usage: participation of small businesses in an engineering profession to include, small businesses, small disadvantaged businesses, women-owned small businesses, HUBZones, veteran-owned small business, and service disabled veteran-owned businesses in the proposed contract team. This is not a request for price proposal and no other general notification will be made. SUBMISSION REQUIREMENTS: Interested architect-engineer firms having the capabilities to perform this work must submit three (3) copies of Standard Form (SF) 330, Architect-Engineer Qualifications," Part I and II for the prime firm and a separate SF 330 Part I and II must be submitted for each firm that will be part of the team proposed on the contract. Submit completed SF 330 proposals to Walla Walla District Headquarters, Contracting Division - Attn: Brian Wing, Contract Specialist, 201 North 3rd, Walla Walla, WA 99362-1876 not later than the close of business 4:00 PM Pacific Time on June 16, 2011. Submissions shall include the firms DUNS number in SF330, Part II, Block 4. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. Only timely SF 330s will be considered. This is not a request for price proposal and no other general notification will be made. Brian Wing, Contract Specialist USACE, Walla Walla District 201 North 3rd Avenue Walla Walla, WA 99362-1876 Direct Line: (509) 527-7206 Fax: (509) 527-7802 e-mail: Brian.K.Wing@usace.army.mil Website: http://www.nww.usace.army.mil/ Facebook: http://www.facebook.com/home.php?sfrm=1#!/wallawallacontracting
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-11-R-0018/listing.html)
 
Place of Performance
Address: USACE District, Walla Walla 201 N. Third Avenue, Walla Walla WA
Zip Code: 99362-1876
 
Record
SN02448563-W 20110518/110516234350-ee324a79da3f24e603a2c0f7208a7156 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.