Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 18, 2011 FBO #3646
SOURCES SOUGHT

C -- CONSTRUCTION SCHEDULING

Notice Date
11/16/2011
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219
 
ZIP Code
22219
 
Solicitation Number
SAQMMA12R0033
 
Archive Date
1/14/2012
 
Point of Contact
Edward J. Czarny, Phone: 7038756033, Samuel M. Koelbl, Phone: 703-875-6278
 
E-Mail Address
czarnyej@state.gov, koelblsm@state.gov
(czarnyej@state.gov, koelblsm@state.gov)
 
Small Business Set-Aside
Partial Small Business
 
Description
Construction Scheduling Services for Construction Contractor Submittals General Information Document Type: R = Sources Sought Notice Solicitation Number: SAQMMA12R0033 Posted Date: 15 November 2022 Response Date: 30 December 2011 Archive Date: Classification Code: C - Architect and Engineering Services Set Aside: N/A NAICS Code: 541330 Contracting Office Address Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115 Rosslyn Station, Arlington, VA, 22219 Description The Department of State, Office of Acquisitions is seeking construction scheduling firms that possess Facility Clearance at the SECRET level. Firms shall have experience in: 1) reviewing schedules (Initial Project Schedule, Detailed Project Schedule, Master Summary Schedule and As-Built Project Schedule) submitted by the construction contractor for compliance review with contract requirements; 2) reviewing project execution controls and tracking reports for areas such as: cash flow projections, manpower requirements submittals and procurement; 3) reviewing monthly updates to the schedule; 4) reviewing r ecovery schedules; 5) reviewing time impact analyses; 6) reviewing requests for equitable adjustments (REA) for performance (contract time) and/or price; 7) providing cost estimating services. Personnel shall have a minimum of five (5) years construction experience (international preferred) at the supervisory/management level including at least three (3) years of project scheduling using Primavera Scheduling products and Microsoft Project. THIS IS NOT A SOLICITATION OR REQUEST FOR PROPOSALS. Interested firms shall furnish information regarding your firm's capabilities to: Edward J. Czarny, US Department of State, A/LM/AQM/FDCD/AE, P.O. Box 9115 Arlington. VA 22219 or via courier or express mail: Edward J. Czarny, US Department of State, A/LM/AQM/FDCD/AE, 1701 N. Ft Myer Drive, (17th street Entrance) Arlington, VA 22209. Responses are due not later than (NLT) 3:00PM, EST, 01-15-2012.Requests for clarification must be submitted in writing to Edward Czarny at least 2 weeks before the closing date. Point of Contact Edward Czarny, Contract Specialist, Phone 703-875-6033, Fax 703-875-6033, Email CzarnyEJ@state.gov Original Archive Date: Current Archive Date: Classification Code: R -- Professional, administrative and management support services Set Aside: Partial Small Business. At least one (1) small business contract will be awarded. NAICS Code: 541330 -- Engineering Services Contracting Office Address Department of State, Office of Logistics Management, Acquisition Management, P,O. Box 9115 Rosslyn Station. Arlington, VA, 22219 Description R--Construction Scheduling The U.S. Department of State (DOS), Office of Logistics Management on behalf of the Bureau of Overseas Buildings Operations (M/OBO), is seeking qualified Construction Scheduling firms to provide professional construction services on an as-needed basis. Selection shall be made in accordance with Federal Acquisition Regulation (FAR) Part 36 for Architectural and Engineering services. Up to ten (10) indefinite quantity/indefinite delivery (IDIQ) contracts may be awarded, one of which will be awarded to a small business. The contract period will be one base year from the execution of the contract with four additional option years. Task orders for each proposed construction scheduling requirement will be placed against the contract on an as-needed basis and individually negotiated. Under each of these contracts, the Government guarantees a minimum of $10,000 for the life of the contract. The maximum dollar value of each of these contracts is $500,000 for the base year and each option year. Contract duration shall not exceed five years. The total contract value shall not exceed $2,500,000. The successful firm(s) shall provide construction scheduling support expertise and services for various existing and on-going projects at Department of State (DOS) facilities overseas. Successful offerors will have extensive experience in the evaluation and analysis of construction schedules, specifically, firms should have experience in: 1. Reviewing the schedules Critical Path Method (CPM) including (Initial Project Schedule, Detailed Project Schedule, Master Summary Schedule and As-Built Project Schedule) submitted by the construction contractor for compliance with the contract requirements through; 2. Reviewing project execution controls and tracking reports for such areas as cash flow projections, manpower requirements, submittal and procurement; 3. Reviewing monthly updates to the schedule; 4. Reviewing recovery schedules; 5. Reviewing time impact analyses; 6. Reviewing Requests for Equitable Adjustment (REA) to the contract time (Time for Performance) and/or (Contract Price); 7. Providing cost estimating services; 8. Personnel shall have a minimum of five (5) years construction experience (international preferred) at the supervisory/management level including at least three (3) years of project scheduling using Primavera Scheduling products and Microsoft project or comparable software; 9. The construction scheduling consulting firms shall be required to prepare written reports, schedule analysis, graphic reports, specifications, estimates for performance time and cost, and other documentation. For performance of this contract, it is expected that the following personnel will be required: principal project manager/director; expert witness for schedule related litigation senior scheduling expert/manager; scheduling expert: junior scheduler; senior cost estimator; cost estimator; junior cost estimator: senior consultant/ claims analyst ; Graphics specialist, project assistant; CADD technician and/or drafts persons; and administrative/clerical assistant. In order to be eligible to perform under this contract, the successful offeror must possess or be able to obtain a Department of Defense (DoD) Secret Level facility clearance (FCL), issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DOD 5220.22-M. Specifically designated personnel assigned to this contract must also possess a Secret personnel security clearance issued by the Defense Industrial Security Clearance Office (DISCO). All offerors will be required to comply with security requirements as detailed in the NISPOM. If a selected offeror does not possess the necessary FCL, the Department of State will sponsor the firm for an FCL. Sponsorship does not guarantee that the firm will receive the clearance. A period of six calendar months from selection of the final offeror will be allowed for this offeror to obtain the necessary FCL. After this period the Government may consider awarding the contract to another firm. Firms which form joint ventures must also comply with the FCL and personnel security clearance requirements. Each entity comprising the joint venture must be issued an FCL, as well as the joint venture. Offerors must submit their appropriate Commercial and Government Entity (CAGE) Code with the required qualification documentation. Firms/teams responding to this announcement on or before the closing date will be considered for selection using the following evaluation criteria (100 points maximum): Specialized experience and technical competence in construction schedule review/Analysis of key individuals proposed assigned to this contract. This 1. includes, but is not limited to, work experience pertaining to: construction schedule analysis and delay analysis to develop reports addressing the validity of delay issues pertaining to Requests for Equitable Adjustments (REAs) and their impact on project completion and contractor performance. (25 points) 2. Professional qualifications of personnel who will work on this contract necessary for satisfactory performance of the required services. This includes, but is not limited to: education (e,g. engineering or building construction baccalaureate/masters degrees); Professional registration including designation of construction scheduling experience (e.g., state Licenses): committee work within professional society and code development forums; relevant continuing education. (20 points) 3. Firms demonstrated experience in construction schedule and delay analysis and presentation of an independent and impartial assessment (within the last 5 years) per the work experience described in section one above. Additionally, include work experience pertaining to: clients and owners with a preponderance of non technical decision makers comprehensive reports suitable for presentation to both engineers and non-technical personnel; experience with overseas projects (existing buildings); performance with other Federal Agencies such as VA, GSA, DOD. (20 points) 4. Proposed team composition and appropriateness of sub consultants. This includes, but is not limited to: previous relationships and projects with proposed and previously established relationships with consultants of electrical, mechanical, architectural, and cost estimating disciplines; teams, project management experience; time experience as a prime consultant. (15 points) 5. Past performance supporting Construction projects in terms of schedule/performance period control and cost control, performance of schedule risk analysis compliance with scheduling: specifications and development of scheduling specifications. For each project identified in the responses to evaluations criteria, provide the name, address and current telephone number of client representative and identify which members at the time participated in the project. (10 points) 6. Capacity to accomplish the work in the required time. This includes, but is not limited to: sufficiency of staff and technical resources available for this contract and not committed to other contracts; firm's current and future workload the ability to accomplish the work with minimum oversight by DOS; capability to work overseas under stressful conditions. (10 points) Failure to address each of the evaluation criteria, in writing, will result in failure to qualify. Additionally, failure to provide the requisite information will result in failure to qualify. Firms responding to this advertisement are advised to specifically address each evaluation factor under a separate heading. The qualifications statements should clearly indicate the office location where the work will be performed, an organizational chart for the proposed contract and the qualifications of the individuals anticipated to work on the contract and their geographical location. Firms that are short listed may be required to submit supplemental documentation and/or submit to a telephone interview in support of additional verification and insight into the firm’s capabilities. Examples may include, but are not limited to the following: significance of firm’s recent projects to DOS projects; response to written questions pertaining to sate of the art in construction schedule analysis and delay analysis; litigation/claims; firm’s organizational and administrative structure and regional offices; philosophy/involvement of principal in charge; QA/QC procedures and protocol. Up to ten (10) of the most highly qualified firms will be selected. Contract award will be contingent upon the negotiation of a fair and reasonable price for hourly rates. This is not a Request for Proposal (RFP). Conflict of Interest The successful scheduling firms will agree not to accept any work that is related to litigation against the Department of State. This includes any work that could develop into a claim or an appeal of claim against the Department of State. This requirement shall remain in place until the completion of the base contract period and subsequent option years between both parties. Consulting firms that meet the requirements of this solicitation are invited to submit two copies of Standard Form 330 Architectural/Engineer and Related Services questionnaire and two copies of Standard Form 255, Architect/Engineer and Related Services questionnaire for specific projects. Along with these forms, the firm must also submit a letter of interest identifying the solicitation. Requests for clarification must be submitted, in writing, to Mr. Edward J. Czarny, no later than 3:00 p.m., Eastern Standard Time, 703--875-6033 received at least two (2) weeks before the closing date. Postal Mailing address: Mr. Edward J. Czarny, U.S. Department of State, A/LM/AQM/FDCD/AE, Room L-600, P.O. Box 9115, Rosslyn Station, Arlington, Virginia.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA12R0033/listing.html)
 
Record
SN02624747-W 20111118/111116234759-ff52ab263ca43a948392210baa9e44ad (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.