SOLICITATION NOTICE
C -- A-E Cost Estimating Services for Washington, Oregon, Idaho and Montana
- Notice Date
- 1/3/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Engineer District, Seattle - Civil Works, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
- ZIP Code
- 98124-3755
- Solicitation Number
- DACW67-03-R-0007
- Archive Date
- 4/5/2003
- Point of Contact
- BOBBIE WEITZEL, 206-764-6692
- E-Mail Address
-
Email your questions to US Army Engineer District, Seattle - Civil Works
(barbara.a.weitzel@nws02.usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NA The Seattle District has a requirement for A-E Cost Estimating Services, Washington, Oregon, Idaho, and Montana. This includes professional multi-discipline cost-estimating and analysis services for Washington, Oregon, Idaho, and Montana. The intent is t o select a firm for work throughout the Seattle District's geographic region of customers. Services will be required for preparing and/or analyzing cost estimates for architectural, landscaping/civil, mechanical, electrical, and structural engineering pro jects related to the District's mission. The firm will be required to prepare quantity take-offs, detailed cost estimates, and comprehensive submittals utilizing industry standard cost estimating software programs and/or US Army Corps of Engineers MCACES/ PACERS/RACER products for a wide variety of major military, civil works, and environmental restoration construction programs as well as maintenance, repair, and alteration projects. The purpose is to support Project Delivery Teams and the expectations of Seattle District customers. Proposed procurement will result in a one year, fixed-price Indefinite-Delivery Contract with options for two additional years at a capacity of NTE $1,000,000 per year or a total cumulative amount of NTE $3,000,000. The North A merican Industry Classification System (NAICS) Code is 541330 with a size standard of $4.0 million. 17. Special Considerations: Selection Criteria For Indefinite Delivery A-E Contract for Cost Engineering Support The selection criteria for the proposed contract are listed below in descending order of importance (first by major criterion and then by eac h sub-criterion). Criteria a through e are primary. Criteria f through h are secondary and will only be used as 'tie-breakers' among firms that are essentially technically equal. a. Specialized experience and technical competence in (1) Cost engineering expertise in the areas of military design and construction for projects such as barracks, housing, hangars and maintenance facilities, runways and hydrant fueling facilities (2) Cos t engineering expertise in civil works design and construction projects such as dams,levees and other flood control structures, O & M related projects at locks and dam, mitigation and related environmental projects (2) Cost engineering expertise in hazardo us waste and clean up projects at superfund sites and at military and other facilities (4) Expertise and experience in use of U.S. Army Corps of Engineers Micro Computer Aided Cost Estimating System (MCACES), Parametric Cost Engineering System (PACES), and Remedial Action and Cost Engineering Requirements (RACER). b. Professional qualifications of key personnel, as demonstrated by education and professional registration, in the firm in cost engineering and specific architectural and engineering disciplines: civil, structural, electrical, mechanical, environmental, a rchitectural and interior design, and sustainable design. c. Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from ACASS and other sources. d. Capacity in performing approximately the work of the required type and the dollar amount stated, in one-year period. The evaluation will consider the availability of an adequate number of personnel in key disciplines. e. Knowledge of the locality, as it relates to cost engineering, covering four states, Washington, Oregon, Idaho and Montana. The information provided must demonstrate expertise in preparing construction costs for projects located primarily in these states . f. Extent of participation by SB (including WOSB), SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. g. Geographical proximity to Seattle District office and its cost engineering personnel located in Seattle, Washington. h. 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. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit one copy of SF 255 (11/92 edition) and one copy of SF 254 (11/92 edition) for the prime firm and all consultants. Include the firm's ACASS number in SF 255, Block 3b. For ACASS information call 503-808-4591. Submittals should be mailed to the following address: U.S. Army Corps of Engineers, Seattle District, Attn: Sharon Gonzalez, 4735 East Marginal Way South, Seattle, WA 98134-2385. Submittals by facsimile transmission will not be accepted and will be considered non-responsive. This is not a request for prop osal.
- Place of Performance
- Address: US Army Engineer District, Seattle - Civil Works ATTN: CENWS-CT, PO Box 3755 Seattle WA
- Zip Code: 98124-3755
- Country: US
- Zip Code: 98124-3755
- Record
- SN00233762-W 20030105/030103213406 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |