Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 14, 2010 FBO #3277
SOLICITATION NOTICE

C -- Architect-Engineer (A-E) Services IDIQ for Cost Engineering Services primarily in support of Seattle District Corps of Engineers projects.

Notice Date
11/12/2010
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-11-R-0003
 
Response Due
12/13/2010
 
Archive Date
2/11/2011
 
Point of Contact
BOBBIE WEITZEL, 206-764-6692
 
E-Mail Address
USACE District, Seattle
(barbara.a.weitzel@nws02.usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS NOT A REQUEST FOR PROPOSALS. THERE IS NO SOLICITATION PACKAGE TO DOWNLOAD. ALL INFORMATION REQUIRED TO SUBMIT SF330 DOCUMENTS IS CONTAINED HEREIN. This is an announcement for a contracting opportunity under the Brooks Act for architect-engineering services. This procurement will be evaluated using Brooks Act (PL-92-582) procedures. Federal Acquisition Regulations (FAR) 36.6 selection rules apply. PROJECT INFORMATION: The intent is to award a contract to provide cost engineering Architect/Engineer (A/E) services for projects within the US Army Corps of Engineers (USACE) Seattle District boundaries (Seattle District boundaries are comprised of the entire state of Washington, Oregon, Idaho, and Montana). The following are the primary types of products (but not limited to) that the A/E will be tasked to prepare: preparation and/or review of current working estimates/control estimates, construction Gantt chart schedules and analysis, cost and schedule risk analysis, total project cost summary sheets, and Life Cycle Cost Analysis using TRACES software. The A/E will require preparation of cost engineering services in accordance with current Corps of Engineers standards, other agency standards, regulations, plans, specifications, design analyses, and other scopes of work as required for a variety of Cost Engineering products. All products shall be accomplished in the contractors office with the exception of such field investigations and field surveys as are required at the project site. The A/E cost engineers, as members of a project delivery team, may also be required to attend team meetings and give input in relation to construction costs, construction schedules, and cost risk. The Government will not provide any direct supervision of the A/E employees. The A/E will also be required to perform an internal quality control (QC) of all deliverables. All A/E cost engineering services work products will require review and approval by the Government. SELECTION CRITERIA: The selection criteria for this project are listed below in descending order of importance. Criteria (1) through (5) are PRIMARY criteria and will be evaluated for all firms. Criteria (6) through (8) are SECONDARY criteria and shall only be used as tie-breakers should the application of criteria numbers (1) through (5) result in firms being rated as technically equal. PRIMARY Criteria: (1) SPECIALIZED EXPERIENCE and TECHNICAL COMPETENCE of the proposed firm(s). Provide representative examples of completed construction estimates, construction schedules, and cost and schedule risk analyses. Projects in the areas of military, civil works, Hazardous Toxic Radioactive Waste (HRTW), environmental and support for other (FAA, EPA, VA, etc.) projects will be rated more favorably for this criteria. Cost estimating experience shall include preparation of cost estimates utilizing the following estimating software: current version of Micro-Computer Aided Cost Estimating System (MCACES) MII Version for detailed or parametric estimates; or Parametric Cost Engineering System (PACES) for only parametric estimates. Experience preparing construction schedules, utilizing the latest version of Primavera Project Manager software, and preparing cost and schedule risk analyses, utilizing Crystal Ball software, shall also be provided. (2) PROFESSIONAL QUALIFICATIONS of key personnel that may be assigned to task orders under this contract, which are necessary for satisfactory performance of the type of work requirements listed in Criterion (1), as demonstrated by education and professional registration and/or certification, specific to cost engineering related to architectural and engineering disciplines, including: civil, structural, electrical, mechanical, environmental, architectural and interior design, and sustainable design. Resumes (Standard Form (SF) 330, Section E, Page 3; one Section E shall be completed for each key person identified) should emphasize experience in these disciplines, as this experience may be rated more highly for the purposes of this criteria. For proposed consultants, complete Section E, Page 3 RESUMES OF KEY PERSONNEL and Part II GENERAL QUALIFICATIONS. In the resumes under Project Assignments, use the same disciplines nomenclature as is used in this announcement. Key personnel desired are defined as journeyman level cost engineers with relevant education and professional registrations. Key personnel must have a minimum of 5 years of applicable cost engineer experience and should be certified cost engineers/consultant professionals. The evaluation is to consider education, training, registration, overall and relevant experience and longevity with firm. Provide an organization chart identifying each member of the project team. As a minimum, key personnel must be included. Indicate the branch office location of each team member. (3) PAST PERFORMANCE of the project team on similar projects by the proposed key personnel (as described in Criterion (2) above) in terms of quality of work, cost control, and compliance with performance schedules. Referenced projects that were performed by key personnel under the proposed team structure may receive a higher evaluation under this criterion. Representative examples of completed projects in the areas of military design and construction for projects such as military, civil works, and Hazardous, Toxic, Radioactive, Waste (HTRW) may be rated more favorably for this criteria. Examples of military projects should include barracks, company operations facilities, battalion complexes, family housing, child care centers, administrative faculties and maintenance shops, etc. Examples of civil works projects should include levee construction, dam construction and maintenance, bridges, roads, shoreline protection, pump stations, etc. Examples of HTRW should include any environmental clean up work, asbestos abatement, and lead contamination, etc. Past performance of the prime contractor will be evaluated using the Past Performance Information Retrieval System (PPIRS) databases. Government databases will be checked and previous customers may be contacted as references. All performance ratings in PPIRS for the past three (3) years shall be considered. Offerors are encouraged to review their PPIRS records by visiting http://www.ppirs.gov/. This website has information on obtaining access to a firms record, if they currently do not have access. (4) CAPACITY of the proposed team to accomplish the work of the required type and the dollar amount stated in a one-year period. The evaluation will consider the availability of an adequate number of personnel in multi-discipline engineering positions to support their respective area on the cost engineering team. Demonstrate the ability to complete three or more multidisciplinary contract task orders concurrently (i.e., the impact of this potential workload on the firms permanent staff, anticipated workload during the contract period, and the firms history of successfully completing work in compliance with performance schedules). Indicate the firms present and projected workload and the availability of the proposed team members for the specified contract period. Demonstrate how the prime contractor will manage and coordinate the work of its staff and its subcontractors to produce integrated, cost effective solutions to task order assignments. Demonstrate the ability to respond quickly and coordinate multiple tasks between USACE and its Activity customers. In Section H, Page 6, of the SF 330, describe the firms quality management plan (including team organization with an organizational chart, quality assurance procedures, cost control approach, and coordination of the in-house work with consultants). (5) KNOWLEDGE OF THE LOCALITY of the contractor as it relates to Cost Engineering within the US Army Corps of Engineers Seattle District Boundaries (Seattle District boundaries are comprised of the entire state of Washington, Oregon, Idaho, and Montana). Demonstrated expertise in geological features, climatic conditions, and/or local construction methods may be rated more favorably for this criteria. SECONDARY Criteria: (6) EXTENT OF SMALL BUSINESS PARTICIPATION as prescribed in FAR 52.219-14 (b) (1). (7) GEOGRAPHICAL PROXIMITY to the USACE Seattle District office and its engineering and construction personnel located in Washington. (8) EQUITABLE DISTRIBUTION OF THE WORK. List the total amount (dollar value) of Department of Defense (DoD) contract awards as the prime contractor within the past twelve (12) months. GENERAL INFORMATION: This announcement will result in the award of one fixed-price indefinite delivery, indefinite quantity contract. The effective period of the contract shall be a five year performance period, consisting of a base period of one year and four one year option periods, with a potential value of $5,000,000.00 (five million dollars). Work will be issued by negotiated firm fixed-priced task orders not to exceed $500,000.00. The individual task order limit refers to the maximum amount that the contractor is obligated to perform if issued a task order under the contract. Task orders above this amount may be issued provided they are within the overall $5,000,000.00 ceiling of the contract. However firms are not obligated to perform task orders exceeding $500,000.00 without a joint agreement with the Government. The contract is anticipated to be awarded in April of 2011. The primary North American Industrial Classification System (NAICS) Code for this procurement is 541330, previously Standard Industry Code (SIC) 8711. The small business size standard is $4.5 million annual average gross revenue for the last three fiscal years. For the purposes of this procurement, a concern is considered a small business if its average annual gross receipts are $4.5 million or less. In accordance with DFARS 252.204-7004 all firms must be registered with the Central Contractors Registration (CR) prior to award of any government contract. To obtain information regarding registering in the CCR, call 1-866-606-8220, or log on to Internet web site at http://www.ccr.gov. Qualified firms desiring consideration shall submit one copy of a SF-330 including organization chart of key personnel to be assigned to this contract and each subconsultants current SF-330 as described in section (2) PROFESSIONAL QUALIFICATIONS above to: Adam Birkland, USACE Seattle District, CENWS-CT-M, 4735 E Marginal Way S, Seattle, Washington 98134-2329. One copy of the submittal package is due not later than 2:00 PM Pacific Time on December 13, 2010. Submittals received after this date and time will not be considered. No e-mail, telegraphic or facsimile submittals will be accepted. Elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-11-R-0003/listing.html)
 
Place of Performance
Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
 
Record
SN02326534-W 20101114/101112233539-950b405fd7fd02e6a57d73314766a334 (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.