Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 24, 2003 FBO #0418
SOLICITATION NOTICE

R -- FACILITATOR SERVICES FOR THE DESIGN CHARRETTES FOR FY04 MILCON C-17 BEDDOWN PROGRAM, HICKAM AIR FORCE BASE, OAHU, HAWAII (FIRM FIXED PRICE SERVICE CONTRACT)

Notice Date
1/22/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps Of Engineers - Honolulu, Building 230, Fort Shafter, HI 96858-5440
 
ZIP Code
96858-5440
 
Solicitation Number
DACA83-03-T-0008
 
Archive Date
3/31/2003
 
Point of Contact
Carrie Wakumoto, (808)438-8591
 
E-Mail Address
Email your questions to US Army Corps Of Engineers - Honolulu
(carrie.wakumoto@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA This is a small business set-aside firm-fixed price service requirement. A copy of the Request for Quotation will be available as a pdf document on Thursday, January 23, 2003 at the following website: http://www.poh.usace.army.mil/pohct/contracting.asp. Fax your quote by the closing date and time to (808)438-8588. Furnish all necessary management, labor, supervision, materials, equipment, transportation, and any other incidental services required to facilitate four (4) design charrettes for the FY04 MILCON C-17 Beddown Program, Hickam Air Force Base (HAFB), Oahu, Ha waii, in accordance with the following Scope of Work. Scope of Work 1.0 General Scope: The Contractor shall perform as a facilitator, a total of four (4) design charrettes; one (1) design charrette for each of the four (4) listed projects under the FY04 MILCON C-17 Beddown Program, Hickam Air Force Base (HAFB), Oahu, Hawaii. The subject tit le, tentative dates, and duration for each of these four respective design charrettes, are as follows: (1) Support Utilities, Phase I; 3 - 7 February 2003; Five (5) workdays. (2) Corrosion Control/Maintenance Hangar; 3-7 March 2003; Five (5) work days. (3) Squadron Operations; 10-19 March 2003; Eight (8) work days. (4) Consolidated Maintenance Complex; 24-28 March 2003; Five (5) work days. It is anticipated that the various charrettes will occur during the months of February and March 2003. The charrette team members will vary in numbers according to the complexity of the projects, however, the basic team makeup should consist of the variou s agencies at HAFB, Hawaii Air National Guard, Project Managers (PM) from the Air Force and the U.S. Army Corps of Engineers, the Base Civil Engineers (CE) personnel, and the A-E designers/estimators. Contractor Expertise: The Contractor shall have a minimum of five (5) years of experience facilitating design charrettes. The Contractor shall provide a letter of recommendation from a minimum of three (3) different organizations for whom they have performed facilitator servic es in the last three (3) years. The recommendations shall state the name of the organization, project name and description of project, estimated cost of construction of project, date of charrette, and phone number of the Point Of Contact (POC) in the orga nization. 2.0 Requirements: 2.1 Goals for the Design Charrettes: The Contractor shall facilitate all discussions of the design charrettes. The objective of the charrettes are to gather information and define project requirements both in written and visual form per the DD Form 1391, Construction Project Data, for each r espective project. Engineering and Construction Bulletin No. 2002-13 (Rev 1), CECW-EI, Subject: Design Charrette Guidance for Army Millitary Construction (MILCON) Programs issued 25 June 2002 may be used as guidance. Some of the aspects and goals that the facilitator needs to pursue and include in their deliverables for the charrette are as follows: ? Leads design team to positive results; minimize and resolve unsettled issues. ? Use of Functional Analysis and Concept Design methodology to analyze the conceptual design solution derived from the team. The Functional Analysis System Technique diagram method may be utilized. ? Leads design team in a Value Engineering (VE) study, focusing efforts on the high cost areas that could be changed with alternative approaches to their design solutions. ? Reach a consensus on the project scope, particularly in the design and layout of the various utility lines (there are three (3 ea) utility lines-- communication, sanitation, and electrical utility lines). ? Development of alternatives (if necessary) that will show a bottom line cost estimate at or within the programmed amount (PA) of the project. If the current working estimate (CWE) is above the PA, then show the salient reasons for the bust. ? Concurrence on the budget target and schedule of the project. ? Concurrence on the acquisition strategy for procurement of the construction contract. ? Generation of briefing slides/conceptual layouts to be used in the final briefing (out brief) for the Wing Commander, HAFB, Base Civil Engineer, Headquarters Pacific Air Force Civil Engineer, and other Senior Executive Staff. The out brief shall be pre sented by the Contractor on the last day of the charrette. ? Earnestly pursues to gain the signatures of all the stakeholders in the final concept design solution, and culminating in the end, the signature of the senior leadership. Team working sessions should be scheduled to bring the team together at least daily. The ?core? team, consisting of the lead architectural designer, major disciplines supporting the utilities, and major user POCs, should be present through all sessions. 2.2 Tasks Prior to the Design Charrettes: Upon award of the contract, the Contractor shall contact the POH PM, Mr. Gerald Young, at (808) 438-0876 to confirm the specific dates of the charrettes and clarify/finalize charrette requirements. The Contractor shall submit to the PM, at its earliest, a suggested preliminary day-to-day agenda on how they plan to conduct the charrettes. The agenda will need to be reviewed and approved by the Air Force prior to the commencement of each charrette. The Contractor shall be receiving a pre-charrette question naire to obtain further information/inquiries prior to the charrettes. This information is intended as an aid and future use in the Design Charrettes. 2.3 Draft (Interim) Report following the Design Charrettes: At the close of each charrette, the Contractor will provide the Government with a written record copy of events, issues, taskings, etc. addressed during the charrette. The Contractor will prepare a partnering agreement, to be signed by each of the partici pants, that outlines the basic scope and agreements for each project. Twelve (12) copies of the partnering agreement and Project Management Plan will be provided to all stakeholders on the last day of each charrette. 2.4 Final Report from the Design Charrettes: Upon completion of each charrette, the Contractor shall prepare a post-charrette summary report to include as a minimum the following items: ? Summary of programming charrette facts/decisions, participants, and signed partnering agreement; signed by all stakeholders, designers, and the senior leadership. ? Value engineering considerations addressed in the charrette and the cost savings that were derived from the value engineering items. ? The functional analysis that was done by the team and the final solution to provide all requirements of the facility. ? The Requirements Documents and the 1391, as provided by the Air Force. ? The Project Management Plan (PMP)--which will show the way the project will be managed, the acquisition strategy agreed upon by the team, the evaluation factors for the RFP package. The PMP will be written by the U.S. Army Corps of Engineers Project Ma nager, with assistance by the Contractor during the charrette, and will be included in the final report. ? The timelines for the design, RFP, Award and Construction Contract shall be shown in bar graph or network format, utilizing the Microsoft Project software. ? Conceptual layout drawings generated during the charrette shall be part of the final report. ? Site photographs as needed. ? Detailed parametric cost. ? Major environmental project requirements. ? Narrative description of major facility systems, especially unique features. ? Minutes of the Meetings. The minutes must show the issues that were discussed and resolved. All action items must be assigned and a suspense date given for resolution along with a responsible party attached to the action. ? Ten (10) copies of the final brief shall be provided for the senior leadership. Twelve (12) bound copies of the Final Report shall be prepared for the final submitt al package. This respective report shall be prepared for each charrette and submitted on the last day of the respective charrette but no later than two (2) weeks following the end of the charrette. Three (3) compact disks containing electronic copies of the Final Report (to include drawings in Acrobat Reader format (*.pdf)) shall be provided to the POH PM concurrently upon delivery of the bound copies of the Final Report for each respective charrette . 2.5 Safety Requirements. The Contractor is required to submit an Accident Prevention Program Administration Plan (POD Form 248-R (Rev) 1 Mar 95) and an Activity Hazard Analysis (POD Form 184-R (Rev) 22 Apr 91) in accordance with EM 385-1-1, Safety and Health Requirements Manual. One (1) copy of the required safety plan and forms shall be provided to the POH PM and one (1) signed copy shall be sent to the following address for review and acceptance. Chief, Occupational Safety & Health Office (CEPOH-SO) U.S. Army Engineer District, Honolulu Building 230 Fort Shafter, Hawaii 96858-5440 The Contractor shall not perform work until the Accident Prevention Program Administration Plan and Activity Hazard Analysis has been reviewed and accepted by the Government. The U.S. Army Corps of Engineers Safety and Health Requirements Manual, EM 385-1-1, which describes the required safety plans and forms may be found at the following web site: http://www.usace.army.mil/inet/usace-docs/eng-manuals/em385-1-1/toc.htm. Pleas e note that when a medical facility or physician is not accessible within five (5) minutes of an injury to a group of two (2) or more employees for the treatment of injuries, at least two (2) employees must be first aid and cardiopulmonary resuscitation (C PR) certified from American Red Cross, its equivalent, or a licensed physician. The certificate shall not be older than three (3) years from date of issue, unless the currency is specified otherwise by the issuing agency. 3.0 Cost of Facilitating Services: The Contractor shall submit an itemized proposal for the cost of facilitating each of the four (4) design charrettes. The Contractor will be responsible for all materials and supplies (including handouts) to conduct the charrettes. In addition, the Contr actor will furnish and make the necessary accommodations to provide all supporting equipment and personnel such as (but not limited to) the overhead projector, personal computer-based presentation software projection system, easels, white board, clerk sten ographer, and other incidentals required to conduct each charrette. The facility will be Government-provided and coordinated by the Air Force.
 
Place of Performance
Address: US Army Corps Of Engineers - Honolulu Building 230, Fort Shafter HI
Zip Code: 96858-5440
Country: US
 
Record
SN00244715-W 20030124/030122213623 (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 |
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.