Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2011 FBO #3493
SOLICITATION NOTICE

C -- Architect/Engineer Services for up to Two IDIQ contracts for Value Engineering & Value Management Services for Military, Environmental, and Civil Works Projects within the Great Lakes and Ohio River Division Mission Boundaries

Notice Date
6/16/2011
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-11668796
 
Response Due
7/18/2011
 
Archive Date
9/16/2011
 
Point of Contact
Heather Bauer, 502-315-6192
 
E-Mail Address
USACE District, Louisville
(heather.d.bauer@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. GENERAL CONTRACT INFORMATION: NAICS code for this procurement is 541330. This announcement is open to all businesses regardless of size. The proposed services, which will be obtained by negotiated Firm Fixed Price Contracts, are for a variety of Architect/Engineer (AE) Value Engineering (VE)/Value Management (VM) services for various military, environmental, and civil works projects primarily within the Great Lakes and Ohio River Division mission boundaries. The Louisville District Army Reserve and Air Force Reserve design missions are nationwide. Projects outside the primary mission area of responsibility may be added at the Government's discretion upon agreement of the A/E firm. Task orders will be issued as the need arises during the contract period. The base contract period is five consecutive years from the date of award. The base contract maximum cumulative value is $5,000,000. Task orders are expected to range from approximately $20,000 to $100,000; however larger task orders up to the maximum contract value may be awarded. The firm will be required to present an acceptable Small Business Subcontracting Plan in accordance with Public Law 95-507 prior to award of the contract. The current subcontracting goals are 70% to Small Businesses, 7.0% to Woman Owned Small Business, 6.2% to Small Disadvantaged Business, 2.0% to Service Disabled Veteran Owned Small Business, 3.5% to Veteran-Owned Small Business, and 9.8% to HUBZone Small Business. These percentages are applied to the total amount of subcontracted dollars. Significant emphasis will be placed on the A/E's quality control procedures, as the District will perform the Quality Assurance role only. Estimated start date is July 2011. To be eligible for award, a firm must have a DUNS number and 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 representations and certifications at http://orca.bpn.gov. The Louisville District may partner this Program. The selected firm may be required to attend annual two-day partnering workshops, to define the Governments expectations of the A/E, create a positive working atmosphere, encourage open communication, and identify common goals. Cost for these sessions will be borne by the selected A/E. 2. PROJECT INFORMATION: The services to be performed under this contract may be formal VE studies and/or VE/VM studies/reviews including presentations and will be so designated in each task order. 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 & specifications; preparing risk determinations and mitigation plans for specific programs/projects; leading large program (versus project) level and business process review workshops, leading lessons learned reviews and after action reviews including participation from project managers, HQUSACE, and project delivery teams to assist with documentation of such reviews; performing traditional VE workshops for design/build, adapt/build, design/bid/build and other projects delivery methods that include study of project features and design systems to arrive at recommended alternatives following the six step plan as recognized by the Society of American Value Engineers (SAVE) International. Members of the team must be knowledgeable in VE methodology, and the team leaders must be Certified Value Specialists (CVS) or Associate Value Specialists (AVS) currently certified by SAVE International. VE reports and other products are to be assembled 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 environmental 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: (A) Primary Selection Criteria: A.1 Professional Qualifications: The proposer shall submit resumes for individuals registered in the relevant professional discipline as an engineer or architect. Five such resumes in each of the following fields are required: civil (site), civil transportation (highway/rail/traffic), civil (hydraulics), structural (independent of civil), mechanical, electrical, environmental, geotechnical and architecture. Each engineering or architectural discipline shall clearly demonstrate they have substantial experience (10 or more years) in sustainable design and have a working knowledge of EPAct05 and ASHRAE 189.1; at least two resumes in each discipline shall demonstrate LEED accreditation. Five registered professional engineers qualified by a combination of education, certification, and/or experience are required in the field of constructability/construction management; these individuals must have expertise in integrating tradeoffs between various construction approaches for enhanced project value. In addition, at least one professional, qualified by a combination of education, registration, certification, and/or training, is required in each of the following fields: a registered communications distribution designer (RCDD), a realty specialist, and a design/adapt/build procurement specialist. Five resumes are required for senior certified value specialists (CVS) defined as having at least 10 yrs of experience facilitating workshops. Two junior CVS and/or associate value specialist (AVS), defined as having less than 10 yrs of experience facilitating workshops are also required. All CVS/AVS shall be certified by the Society for American Value Engineering (SAVE); each CVS/AVS must also be a licensed Professional Engineer or Registered Architect. One certified cost engineer (CCE) or certified cost consultant (CCC) (individual proposed must have at least 10 years of experience) as certified by the American Association of Cost Engineers is also required. The evaluation will consider education, certifications, training, registration, overall and relevant experience and longevity with the firm. The individuals identified to fill the functions/roles listed above may not serve in more than one role. Only resumes identifying the professionalism and specialized experience of the study group are necessary. Other available personnel such as experienced technical recorders/administrative assistants and additional technical team members may be specified in paragraph H of the SF 330. A.2 Specialized Experience and Technical Competence: Submit summaries of 10 relevant Value Engineering Workshops that demonstrate experience in the use of value methodology with respect to both horizontal and vertical construction including but not limited to the following areas: Design/build project methodology Adapt build project methodology Design Bid Build project methodology Experience coordinating/organizing large and diverse groups with various agendas and facilitating same to arrive at a common list of objectives and requirements for programs and projects Planning, coordinating, staffing, executing and reporting associated with value management studies/workshops for complex military, environmental, and civil works programs and projects Leading/facilitating planning and design charrettes and product review process Technical writing and report preparation Sustainable Design experience using an integrated design approach and emphasizing environmental stewardship, with experience in: oenergy and water conservation and efficiency ouse of recovered and recycled materials owaste reduction oenergy modeling oreduction or elimination of toxic and harmful substances in facilities construction and operation oefficiency in resource and materials utilization oemploying LEED evaluation and certification methods olow impact development of healthy, safe, and productive work environments Building Information Modeling (BIM) Anti-terrorism and force protection measures. In addition, the following must be addressed in Section H of the SF330: a brief Quality Management Plan including an explanation of the firm's management approach; management of subcontractors (if applicable); quality control procedures (for all products including reports and electronic documents); procedures to insure that internal resources are not over-committed; and an organizational chart showing the inter-relationship of management and various team components (including subcontractors). In Section H also indicate the estimated percentages involvement of each firm on the proposed team. A.3 Capacity: The firm shall demonstrate the available capacity to complete the work in the required time as discussed in section 2 (Project Information), above. Proposals must indicate capability to complete task orders in two weeks or less from receipt of the notice to proceed and perform 3 workshops in three different locations nationwide during one week's time. The anticipated maximum frequency in a one month time period is four workshops. A.4. Past Performance: On DOD and other contracts with respect to cost control, quality of work and compliance with performance schedules. A.5. Value Study Management Techniques: Submit a 1-2 page narrative describing your pre-workshop, workshop with typical agenda and post workshop efforts. Describe what makes your process/studies effective. How do your function analysis techniques assure the correct questions are being asked and the correct solutions are being provided? (B) Secondary Selection Criteria will be used by a selection board as a tie-breaker, if necessary, in ranking the most highly qualified firms. The secondary selection criteria are listed in descending order of importance: B.1. Small Business and Small Disadvantaged Business Participation The extent of participation of Small Business (SB), Small Disadvantaged Business (SDB), historically black colleges and universities (HBCU), and minority institutions (MI) will be measured as a percentage of the total anticipated contract effort, regardless of whether the SB, SDB, HBCU, or MI is a prime contractor, subcontractor, or joint venture partner; the greater the participation, the greater the consideration. Large businesses will be expected to place subcontracts to the maximum practical extent with Small and Small Disadvantaged firms in accordance with Public Law 95-507. For information purposes, the small business size is defined by the limits of NAICS Code 541330. B.2 Equitable Distribution of DoD Contracts: Volume of DoD A-E contract awards in the last 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including SB and SDB. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit one paper copy and one electronic copy on CD of the SF 330, Part I, and one paper copy of the SF 330, Part II for the prime firm. Each branch office that will have a key role in the proposed contract must also submit a copy of the SF 330, Part II. Responding firms must submit a current and accurate SF 330, Part II, for each proposed consultant. The proposal shall be submitted as one file using Microsoft Word (.doc) or Adobe Acrobat (.pdf). Font size shall be 10 or larger. Any firm with an electronic mailbox responding to the solicitation should identify such address in the SF 330, Part I. Please identify the Dun & Bradstreet number of the office(s) performing the work in Block 5 of the SF 330, Part I. Dun & Bradstreet numbers may be obtained by contacting 1-866-705-5711, or via the internet at www.dnb.com. Questions about the Dun & Bradstreet number should be directed to Marilyn Kells (ACASS/CCASS/CPARS Program Analysis Officer) at 503-808-4590. The SF 330 will be no longer than 120 pages in length (excluding the SF 330, Part IIs) and block H will be 20 pages or less in length. Each printed side of a page will count as one page. Release of firm status will occur within 10 days after approval of any selection. All responses on SF 330 to this announcement must be received no later than 2:00 p.m. local time on 18 July 2011. 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 project information will be given to firms during the announcement period. Submit responses to US Army Corps of Engineers, ATTN: Heather Bauer, 600 Dr. Martin Luther King, Jr. Pl., Room 821, Louisville, KY 40202-2267. Contracting Point of Contact: Heather Bauer at (502) 315-6192. Email: heather.d.bauer@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-11668796/listing.html)
 
Place of Performance
Address: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
 
Record
SN02475000-W 20110618/110616234940-bb8c722eb45f9f9b4650642c97a2a295 (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.