SOLICITATION NOTICE
R -- CONSTRUCTION SCHEDULING, CONSTRUCTION COST ANALYSES SERVICES FOR NCO HOUSING PROJECT Ft. Wainwright, Alaska. THIS IS A SOLE SOURCE REQUIREMENT TO PINNEL & BUSCH INC FOR FOLLOW ON WORK UNDER CONTRACT W912DW-05-P-0212
- Notice Date
- 8/3/2006
- Notice Type
- Solicitation Notice
- NAICS
- 236116
— New Multifamily Housing Construction (except Operative Builders)
- Contracting Office
- US Army Engineer District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
- ZIP Code
- 98124-3755
- Solicitation Number
- W912DW-06-Q-0120
- Response Due
- 8/7/2006
- Archive Date
- 10/6/2006
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. THIS IS A SOLE SOURCE REQUIREMENT TO PINNEL & BUSCH INC FOR FOLLOW ON WORK UNDER CONTRACT W912DW-05-P-0212. QUESTIONS PERTAINING TO THIS PROCUREMENT SHOULD BE ADDRESSED VIA EMAIL TO elaine.m.ebert@usace.army.mil 1. Description of Work and Required Services. 1.1. Provide additional professional review services for supplemental review of Contractor claims, Construction Contract provisions; project case(s) for issue, previously prepared analysis of Issue(s); and detailed schedule and cost analysis services. A draft submittal shall be prepared with a review and comment period, a comment resolution meeting and a final submittal document for all submittals identified in this scope of work. 1.2. Background. Under contract W912DW-05-P-0212, the Contractor provided preliminary analysis of Contract DACA85-02-D-0012, Task Order EC01 claims for Cases 0016 and 0020 that identified several scheduling errors, made merit and recommended quantum dete rminations. Settlement negotiations between the construction contractor and the government have been proceeding. In May and June 2006, the construction contractor submitted revised and (they claim) corrected project schedules. 1.2.1. Project: NCO Housing Project for Ft. Wainwright, Alaska. 1.3. Base Bid Item 001. The Contractor shall perform a Digger review and other agreed analysis of the revised construction contractor schedules to determine if the previously identified errors have been corrected and to identify any new errors that need to be corrected in order for the government to make a reasonable determination of actual impacts germane to the claims for Cases 0016 and 0020. 1.4. Base Bid Item 002. The Contractor shall provide a permafrost expert to review construction Contract DACA85-02-D-0012, Task Order EC01 issued for the construction of this project and provide a defensible recommendation as to what per cent of the FTW 242 project site should reasonably be considered affected by permafrost for purposes of bid preparation and evaluate efficiencies of pile driving procedures and choices of equipment for determining if any concurrent delay existed. Submittal shall discuss the methodologies applied to arrive at recommendations. 1.5 Deleted. 1.6 Deleted. 1.7 Optional Bid Item 005. The Contractor shall prepare a detailed cost estimate to support quantum recommendations for Cases 0016 and 0020 based on best information available. 2. Deliverables. (Products and/or Services). 2.1 Products or services can be delivered in a multiple of formats. The basic information can be transmitted in narrative format organized into topics based on the bid item described above. The primary deliverable will be in the format of consulting se rvices. This service is best provided in accordance with this Statement of Work with the ultimate goal of advising the Government in terms of determining the best method for the Government to negotiate with the construction contractor in terms described i n response to attached reference materials. (See paragraph 3). 2.1.1. Products will be delivered in electronic format with provisions for one hard copy to insure physical delivery. Products may be submitted in Excel spreadsheet, Primavera schedule or in any format suitable for text message or graphic messages. 2.1.2. Advisory service as a means of consultant advise will be delivered in electronic format with provisions for one hard copy to insure physical delivery. Products may be submitted in Rich Text format either as a word document or letter transmittal w hichever may be suitable to the Government. 3. References. (Attachment ). 3.1.1. Letter from Nesser Construction, Inc. dated 22 February 2005. Subject: FTW242, Contract DACA85-02-D-0012, Task Order EC01, Construct Jr. NCO Housing, Fort Wainwright, Case 16 revised. Herein referred to all attached memos, estimates and letters . 3.1.2. Letter from Nesser Construction, Inc. dated 30 June 2005. Subject: FTW242, Contract DACA85-02-D-0012, Task Order EC01, Construct Jr. NCO Housing, Fort Wainwright, Case 20 revised. All germane memos, estimates and letters to be provided under se parate cover. 3.1.3 Letter from Oles Morrison Rinker & Baker, LLP. dated 12 June 2006. Subject:. NCO Housing Project, Fort Wainwright, Our File No. 10140.3. All germane memos, estimates and letters to be provided under separate cover. 4. Administration of the Work. Sufficient technical supervisor and administrative personnel, facilities, equipment and tools shall be provided to assure accomplishment of all work as specified. All incidental work necessary to provide complete services identified herein shall be provided. All days are calendar days unless specified otherwise. The COR shall be kept apprised of all problems and delays interfering with the services required in this Statement of Work. 4.1. Identify all problems or concerns having a potential to delay timely submission of products and services to the COR, but no later than within 24-hours of identification. 5. Personnel Requirements. 5.1. The Contractors Senior Project Manager and/or Lead Cost Estimator/Lead Scheduler proposed to perform the services outline in the Statement of Work shall be submitted for COR approval and shall not be changed without prior written approval from the Contracting Officer. 5.2. The proposed staff shall have or each shall have a minimum of five years of experience in providing construction scheduling, constructability review, and construction cost estimating services in support of projects similar to that identified herein. 5.3. The Contractors team shall have a sound understanding of the Construction Specifications Institute (CSI) divisions of construction work, and cost estimating and scheduling fundamentals. Analyzing detailed construction cost estimates shall utilize standard practice concepts for building construction processes. Must be able to scrutinize appropriate back up information, quantity takeoffs, assumptions, rates, and methodologies. In addition, the Contractors team shall have an understanding of schedu ling, earned value, change control, risk management, and progress status reporting as necessary to address any such discussions related to the analysis and estimates provided under the terms of the Construction Contract. 5.4. The Contractors team shall include a recognized expert in permafrost construction. 6. Authorities. The Contractor is cautioned to take no guidance from any source other than from the Contracting Officer or Government personnel whose authority has been appropriately defined and designated in writing by the Contracting Officer. Individu als designated Contracting Officer Representatives (COR) are not authorized to make any commitments or changes that will affect price, quality, quantity, delivery or any other term or condition of this Contract. 7. Period of Performance. Performance is estimated for one year on or about 1 August 2006 and ending on or about 31 July 2007. 8. Contract Payments. The Contractor shall submit invoices to include estimates for the value of each task performed along with a detailed narrative description of work being billed no more often than monthly on ENG Form 93. The Seattle District will re view the invoice to confirm progress and to certify the invoice for payment. Submit invoice to the following address: U.S. Army Corps of Engineers CENWS-PM-MB P.O. Box 3755 Seattle, WA 98124-3755
- Place of Performance
- Address: US Army Engineer District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
- Zip Code: 98124-3755
- Country: US
- Zip Code: 98124-3755
- Record
- SN01105658-W 20060805/060803222137 (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 |