Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 17, 2015 FBO #5076
SOURCES SOUGHT

C -- Scheduling Contract for the National Geospatial-Intelligence Agency Next NGA West Campus (N2W)

Notice Date
10/15/2015
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Kansas City, Attn: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, Missouri, 64106-2896, United States
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-16-R-4004
 
Point of Contact
Hilary M. Winans, Phone: 8163893500, Jay B. Denker, Phone: 8163893934
 
E-Mail Address
hilary.m.winans@usace.army.mil, Jay.B.Denker@usace.army.mil
(hilary.m.winans@usace.army.mil, Jay.B.Denker@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The following is a Sources Sought announcement to seek market research information on businesses with capability of providing the services described in the below scope of work. This is not a Request for Quote (RFQ) or Request for Proposal (RFP). THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SOURCES SOUGHT. No reimbursement will be made for any costs associated with providing information in response to this sources sought or any follow up information requests. This notice is a market research tool used for planning purposes only to determine the availability of capable contractors able to do the following: A new indefinite delivery indefinite quantity (IDIQ/IDC) contract is being contemplated for third party scheduling subject matter expert (SME) with knowledge, skills and abilities to perform independent schedule development, analysis and assessment to assist in the administration of U.S Army Corps of Engineers construction contracts. The primary scheduling SME efforts would be associated with a new $1B design and construction project for the National Geospatial-Intelligence Agency West campus located in St. Louis, Missouri. Scheduling SME efforts would occur during both the design and construction phases of the project. Task orders may be issued on other projects as needed by the district. The following is a listing of potential tasks based on current need. These tasks would be further developed and issued to the successful offeror as subsequent task orders. These are preliminary and may be modified based on coordination with the Contracting Officer. a. Participate in Pre-Construction review efforts by analyzing a construction contractor's construction schedule submittals at various identified milestones during the design phase. Provide a written report on the completed analysis. This could include but is not limited to: i. Verifying compliance with Project Schedule Specification 01 32 01.00 10 ii. Overall feasibility analysis. Ensure constructability based on, reasonable and realistic sequence of activities as it relates to construction methods, proposed durations, and activity relationships. b. Develop an independent government construction schedule based on interpreting provided plans and specifications in accordance with Project Schedule Specification 01 32 01.00 10. The independent government construction schedule shall be created in Primavera P6 software. The submittal shall include a written narrative identifying all assumptions and the ".xer" export file from P6 for Government review. c. Provide independent third party evaluation of an AE developed schedule and a Construction Contractor developed schedule. Submit a written report documenting the comparative analysis. The analysis should ensure constructability based on, reasonable and realistic sequence of activities as it relates to construction methods, proposed durations, and activity relationships. Brief the on-site USACE staff of your findings. d. During the construction phase of a project, review and evaluate the contractor's monthly schedule update submission. Analyze the schedule for variance from the previous month submission. Verify the contractor's schedule against actual site conditions. For each monthly update, provide a written narrative describing the analysis and conduct an on-site briefing to senior USACE construction staff. Participate in periodic schedule update meetings and weekly progress meetings as requested by on-site USACE personnel. e. During the construction phase of a project, complete forensic schedule analysis on an as needed basis. Conduct analysis and provide recommendations on responsibilities for impacts of submitted modifications, RFIs, claims, and other changes which have impacted the schedule. Provide recommendations to the Government on merits of the contractor's assertions that these have adversely impacted contractor performance and that the contractor is due compensable time extension(s). Provide written analysis and onsite presentations as needed. f. At the beginning of the construction phase of a project, review the construction contractor's Initial Project Schedule submittal. Review schedule for constructible, reasonable and realistic sequence of activities as it relates to construction methods chosen and overall compliance with Project Schedule Specification 01 32 01.00 10. Provide written narrative highlighting items of non-compliance. Conduct additional reviews as applicable until the schedule is approved. g. During the construction phase of a project, review recovery schedule submittals which would occur should a contractor fall behind the approved construction schedule. The recovery schedule must demonstrate how the rate of progress will be regained. Review the recovery schedule for constructible, reasonable and realistic sequence of activities and overall compliance with Project Schedule Specification 01 32 01.00 10. Provide written narrative highlighting items of non-compliance. Conduct additional reviews as applicable until the recovery schedule is approved. The North American Industrial Classification System (NAICS) code for this procurement is 541330 (Engineering Services), which has a small business size standard of $15,000,000.00 in average annual receipts. The Small Business size standard for this code is $15,000,000.00. To be considered a Small Business under this NAICS code, the respondent's average revenue for the last three fiscal years cannot be more than $15,000,000.00. If the respondent's average revenue for the last three fiscal years is over $15,000,000.00 the respondent is not considered a Small Business. If the contract is set-aside for Small Business, FAR 52.219-14, Limitation on Subcontracting, will be included in the contract. This clause requires that at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. ADDITIONAL PROJECT INFORMATION Prior experience in the following areas is required: 1) Reviewing and verifying schedule submittals comply with UFGS Project Schedule Specification 01 32 01.00 10 and ensure constructability based on, reasonable and realistic sequence of activities as it relates to construction methods, proposed durations, and activity relationships. 2) Developing construction schedules based on interpreting provided plans and specifications in accordance with UFGS Project Schedule Specification 01 32 01.00 10 utilizing P6 software. 3) Reviewing and evaluating the contractor's monthly schedule update submission for accuracy and matches field conditions. 4) Completing forensic schedule analysis and provide recommendations on responsibilities for impacts of submitted modifications, RFIs, claims, and other changes which have impacted the schedule. 5) Reviewing recovery schedule submittals which would occur should a contractor fall behind the approved construction schedule. How to Respond to this Sources Sought Notice: If your company has recent experience similar to that mentioned in the above scope of work, please respond to the information below by email to: hilary.m.winans@usace.army.mil by 2:00 pm Central Standard Time (CST) Friday, November 6, 2015. 1. Description of up to five (5) five similar projects completed by your company within the past seven (7) years, including as much of the following information as possible: (a) dollar amount of the overall construction effort and dollar amount of the contract; (b) brief description of the technical requirements of that scheduling effort; (c) a description of the work that was self-performed; (d) description of the final output that your firm provided to support the project and the benefits that this provided for the designer, constructor, and owner, (e) a description of role on the contract (prime, sub, etc). (f) name, address, point of contact, and phone number of customer organization for which the work was done. If possible at least one example should highlight experience in developing a full construction schedule, one should highlight experience with forensic schedule analysis, and one should highlight experience completing a full schedule review of another's work product. One existing sample of each of the three efforts listed is allowed to be submitted. When submitting an example of a project schedule, it should be a simple P6 Activity/Gantt chart view with the accompanying schedule log file. 2. Firm's business size and, if applicable, small business category: Large Business, Small Business, (Section 8(a), Historically Underutilized Business Zones (Hub-Zone), Women Owned, Service Disabled Veteran Owned (SDVOSB), etc. 3. Firm's Joint Venture information, if applicable - existing and potential. The response must be specific to the qualifications listed above to show that the respondent meets the requirements and possesses the necessary skills and experience. If a response does not show that the respondent meets the qualifications and/or does not possess the necessary skills and experience, the respondent will not be considered by the Government. Again this is not a request for proposal or quotation; there is no solicitation available at this time. A determination by the Government to proceed with the acquisition as a set-aside for 8(a) program, HUBZone, Small Business, etc. or unrestricted is within the discretion of the Government. Contracting Office Address: US Army Engineer District, Kansas City, ATTN: CENWK-CT, 647Federal Building, 60l East 12th Street, Kansas City, MO 64106-2896 Place of Performance: TBD Point of Contact(s): Jay.b.denker@usace.army.mil Jay B. Denker, 816-389-3934 Hilary.m.winans@usace.army.mil Hilary Winans, 816-389-3500
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-16-R-4004/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN03922306-W 20151017/151015234259-279cd6706396580ae867fb4f8e4d19f9 (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.