Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 26, 2016 FBO #5237
SOLICITATION NOTICE

C -- Indefinite Delivery Contract (IDC) for Single Award Task Order Contracts (SATOCs) for Architect and Engineering (AE) Cost Engineering Services to Support the Mobile District, U.S. Army Corps of Engineers

Notice Date
3/24/2016
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, Alabama, 36628-0001, United States
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-16-R-0029
 
Archive Date
5/12/2016
 
Point of Contact
Allison Jones, Phone: 2516903442, Janis R. Steiner, Phone: 2516943871
 
E-Mail Address
sally.a.jones@usace.army.mil, janis.r.steiner@usace.army.mil
(sally.a.jones@usace.army.mil, janis.r.steiner@usace.army.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
Description: ALL QUESTIONS SHALL BE SUBMITTED VIA THE BIDDER INQUIRY PORTAL IN PROJNET AS DESCRIBED IN THE SUBMISSION REQUIREMENTS BELOW. Point Of Contact for this announcement is Ms. Allison Jones. This notice is posted in its entirety and hereby serves as the official solicitation for this project. CONTRACT INFORMATION: A-E services are required for an IDC to provide professional Cost Engineering Services and Support to military, civil, and federal agencies. The contractor will be required to perform services in support of the USACE South Atlantic Division military, civil, and federal customers and projects as assigned to Mobile District. This announcement plans to issue one (1) Unrestricted ID/IQ, Single Award Task Order Contracts, and up to two (2) Small Business ID/IQ contracts. The Government may award less than three (3) SATOCs depending on the source selection decision regarding how many contractors are considered most highly qualified in accordance with Brooks Act procedures. The total shared capacity of all awards will be $10,000,000. All firms responding to this solicitation MUST identify in which category they are submitting. Firms should state the words UNRESTRICTED or SMALL BUSINESS after the solicitation number in PART I, A Block 3 of form SF 330. A separate proposal MUST be submitted for each category in which the firm wants consideration. Selection of A-E firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. Only firms considered most highly qualified will be awarded a contract. Multiple awards will be made from this solicitation to a combination of Unrestricted and Small Business. The contracts will be awarded for a term not to exceed a total of five (5) years. Work under this contract will be subject to satisfactory negotiation of individual task orders, with the total IDC contract value not to exceed $10,000,000 shared for Unrestricted and Small Business over the five-year life of the contract. A firm fixed price contract will be negotiated. In the event that a contract cannot be awarded in the small business category, the IDIQ contract capacity will be awarded to other most highly qualified firms in the unrestricted category. No one firm will receive more than one award. Rates will be negotiated for each 12-month period of the contract. The small business size standard is a maximum of $15 million of average annual receipts for its preceding 3 fiscal years. All interested Unrestricted A-E firms are reminded that, in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged firms. Large businesses selected for this contract must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. Large businesses selected for this contract will be required to submit a detailed subcontracting plan during contract negotiation. The North American Industry Classification System (NAICS) code for this action is 541330. Contractor Manpower Reporting: The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Department of Defense via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 01 through September 30. While inputs may be reported at any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2014. Contractors may direct questions to the help desk at: http://www.ecmra.mil/. PROJECT INFORMATION: A-E Services for this District-wide Cost Engineering contract will be used to provide a full range of programming and design efforts to support CESAM's Cost Engineering Program and its Customers. Services and support provided under this contract will include, but are not limited to all types cost engineering areas such as: value engineering; development of Independent Government Estimates (IGEs) for a variety of procurements including A/E contracts, supply and service contracts, and construction contracts; development cost estimates for all stages of the project from planning to construction; determining and applying contingencies to properly weigh the uncertainties associated with each major construction cost item or feature in coordination with input with other members of the project development team and analyze the applications thereof given various acquisition strategies; attending project internal quality control/assurance and review meetings in support of project cost estimates; receiving, interpreting, disseminating, and implementing cost engineering guidance, direction, and correspondence from higher authorities; conducting field reviews of district commands' execution of cost quality management and recommend necessary corrective actions when warranted; supporting Project Management Division (PM) in the certification for project cost estimates and cost changes and providing technical and analytical support on project costs as required; reviewing bid results and possible bid mistakes, evaluating and making recommendations on district actions for bid mistakes; providing technical assistance to districts and Major Subordinate Command (MSC) elements on cost engineering issues including incorporating and disseminating MSC-wide historical cost data; providing technical support to HQ-USACE on development, upgrade, maintenance, and implementation of Microcomputer Aided Cost Estimating System (MCACES); developing scope as pertaining to cost engineering products associated with project execution including construction cost estimates, construction schedules, and the development of the total project cost (TPC) and schedule risk analysis; performing cost quality management by providing quality cost resources for the preparation of accurate and complete cost engineering products, including estimates, schedules, and risk analyses; supporting all project phases of civil works including the reconnaissance phase, feasibility phase, preconstruction engineering and design (PED) phase, construction phase, and operation, maintenance, repair, replacement, and rehabilitation phase; providing completed total project costs, total project cost summaries, baseline cost estimates, baseline project schedules, independent government estimates, and total cost management in support of the Civil Works Program; complying with environmental laws, such as the Comprehensive Environmental Response, Compensation and Liability Act (CERCLA) and the Resource Conservation and Recovery Act (RCRA), that require extensive Federal, state and public coordination to support the HTRW Program; providing cost engineering for HTRW section by analyzing, capturing, and conveying the assumptions associated with the greater probability of unforeseen conditions and contingencies recognizing production rates are generally lower due to stringent health and safety requirements; supporting HTRW Program in all project phases including the Preliminary Assessment (PA), site inspection, remedial investigation/feasibility study, record of decision, remedial design, remedial action, long-term operation and maintenance; being actively involved in development of task/delivery order target remedial action and operation and maintenance costs for establishment of contractor fees in support of the HTRW Program; participating on the Governments team tasked to prepare the technical analysis and negotiation objectives and to assist in negotiations with the contractor relative to cost issues in support of the HTRW Program; providing specific written instructions for the contractor regarding estimating requirements for the project in support of the HTRW Program; preparing and/or reviewing all HTRW remedial action and operation and maintenance cost estimates in support of the HTRW Program; following the procedures appropriate to the specific customer understanding and accounting for all factors that affect the cost of HTRW projects; providing quality control, quality assurance, technical assistance and technical review of cost engineering products. Projects will be located in the states of Alabama, Florida, Georgia, Mississippi, Tennessee; with possible work for customers in South or Central America and other locations as may be assigned to the Mobile District. The capabilities of the pool of A/E IDIQ contractors will include services from programming/conceptual phases through final design, advertising and post award project phases on a variety of Civil, Military, US Army Medical Command (MEDCOM), Support For Others (SFO), and Hazardous, Toxic and Radioactive Waste (HTRW) projects. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A thru D are primary. Criteria E is secondary and will only be used as a tie-breaker among technically equal firms. A. Professional Qualifications: The selected firm must have, either in-house or through consultants, the disciplines listed below, with registration required where applicable. Resumes (Block E of the SF 330) must be provided for these disciplines, including consultants. ROLE IN THIS CONTRACT, Block 13 under PART I, Section E must use the exact same discipline nomenclature as listed in this announcement. If an individual will serve in more than one discipline, then those disciplines shall be clearly indicated in Block 13, PART I, Section E. Evaluation of each discipline will consider education, registration, relevant experience, and longevity with the firm. Additionally, the evaluation will consider the firm's recent (within 3 years of the solicitation issuance date) business history with proposed subcontractors. Disciplines required are as follows: (1) Architect; (2) Structural; (3) Civil; (4) Mechanical; (5) Electrical; (6) Value Engineering; (7) Scheduler. The firm's cost engineering specialists must be certified by a professional organization, such as AACE, ASPE or equivalent. A maximum of ten (10) relevant projects of the prime, the subcontractor(s), or both not to exceed the past five (5) years, will be reviewed in PART I, Section F. Of these ten (10) projects, the prime must have performed and completed a minimum of six (6) projects (either as the prime or subcontractor). Use no more than one (1) page per project. A Project is defined as a project performed under a single, stand-alone contract and/or a task order issued under an existing Indefinite Delivery/Indefinite Quantity (ID/IQ) contract(s). It shall be noted that a task order issued under an ID/IQ is considered a single project. Do not combine multiple task orders to create a single project example. Combining multiple task orders to create a single project will not be compliant with the solicitation criteria, and it will not be evaluated or considered. The Indefinite Delivery Contract number and individual task order number associated with the project in the title must be included for each of the projects. If the project is not 100% complete, note the current percentage and estimated date when project will be completed. In Block G-26, along with the name of key personnel, include the firm with whom the person is associated. A Part II is required for each branch office of the Prime Firm and any Subcontractors that will have a key role in the proposed contract. B. Specialized Experience and Technical Competence: In PART I, Section H, provide a narrative demonstrating breadth, knowledge and experience for each of the following areas: (1) Preparing Cost Estimates utilizing software MII and PACES; (2) Preparing cost estimates for Civil Works, Military, MEDCOM, SFO, and HTRW projects; (3) Preparing programming/conceptual, parametric, final design, and change order estimates; (4) Preparing cost estimates for projects in Latin America; (5) Scheduling with specialized experience and technical competence in preparing construction schedules for both horizontal and vertical construction projects that result in a construction duration that can be used in bidding a project; (6) The ability to provide quick turnaround of task orders; (7) Preparation of Value Engineering Studies in accordance with SAVE International guidelines; (8) Describe the firm's quality management plan, including quality assurance process, project scheduling, coordination of the in-house work with consultants, and prior experience of the prime firm and any significant consultant. C. Capacity to Accomplish the Work: The firms shall demonstrate the capacity to accomplish at least three (3) $25,000 individual task orders simultaneously. D. Past Performance: Past performance on Department of Defense (DOD) contracts with respect to cost control, quality of work and compliance with performance schedules. Evaluations will be based on established CPARS ratings and other credible documentation included in the SF 330. E. Small Business, Small Disadvantaged Business and Women-Owned Small Business Participation: Demonstrate the extent of participation of small businesses, small disadvantaged businesses, women-owned small businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms or joint ventures having the capabilities to perform this work are invited to submit one (1) complete pdf on Compact Disc (CD) or Digital Versatile Disc (DVD) of their SF 330 (Architect-Engineer Qualifications) proposal to: U.S. Army Corps of Engineers, Mobile District, CESAM-EN-D, ATTN: Ms. Allison Jones, 109 St. Joseph Street, Mobile, AL 36602. SF 330, current edition, must be used, and may be obtained from the Government Printing Office or from the following web site: http://www.gsa.gov/portal/forms/download/116486. PDFs shall be compatible with Adobe Acrobat XI or earlier version. Proposals submitted on anything other than a CD or DVD will not be accepted. All firms responding to this solicitation MUST label the CD or DVD with their company name and solicitation number. All firms responding to this solicitation MUST identify the category they wish to be considered. Firms should state the words UNRESTRICTED or SMALL BUSINESS after the solicitation number in PART I, A Block 3 of form SF 330. A separate response (SF 330) MUST be submitted for each category in which the firm wants consideration. Offerors submitting proposals as a Joint Venture (JV) shall obtain a DUNS number and be registered in the System for Award Management (SAM) as a JV. Include a fully executed Joint Venture Agreement. Include a JV Management Plan. Include DUNS number in Block 5 of the SF330 PART I, Section B. All fonts shall be at least 11 or larger in Arial (not Arial Narrow) to include text, tables and figures. PART I OF THE SF 330 SHALL NOT EXCEED 45 PAGES FRONT SIDE ONLY. Blank sheets/Tabs separating the sections within the SF 330 will not count in the page-count maximum for PART I. In Block G-26, along with the name, include the firm with which the person is associated. Pages shall be 8-1/2 inches by 11 inches. The Organization Chart required in Section D and the Matrix required as Section G, PART I of the SF330 may be presented on a sheet up to 11 inches by 17 inches folded neatly to 8-1/2 inches by 11 inches, bound in the SF330 at the proper location, and counted as one page. Firms are also asked to submit one (1) completed and bound paper copy for record purposes only. Please do not submit proposal text with multi-column formatting. Please utilize page numbering and use bookmarks/tabs to format the proposal pdfs. Solicitation packages are not provided. Submittals must be received no later than 2:00 P.M. Central Time on 04/27/2016. The Agency will not accept any submittals received after this time and date. The A-E Evaluation Board (Selection Board) is tentatively scheduled TO COMMENCE ON OR ABOUT 05/09/2016. As required by acquisition regulations, interviews for the purpose of discussing prospective contractor qualifications for the contract will be conducted only for those firms considered most highly qualified after submittal review by the Selection Board. Interviews will be conducted by telephone and will most likely occur the same week that the Selection Board convenes. Phone calls and personal visits for the purpose of discussing this solicitation are not allowed. ALL QUESTIONS SHALL BE SUBMITTED VIA THE BIDDER INQUIRY PORTAL in ProjNet at http://www.projnet.org/projnet. Questions should be submitted no later than 04/05/2016 at 2:00 p.m. Central Time to allow time for a response. On this date and time the portal will be closed. For questions, no other means of communication (e-mail, fax, or telephone) will be accepted. To submit and review inquiries, firms will need to be current registered users of the ProjNet system. To register, go to the link above, click the BID tab, select BIDDER INQUIRY, select agency USACE, enter the Bidder Inquiry Key for this solicitation listed below, and your e-mail address, and then click login. Complete all required information and then click CREATE USER. Verify that information on the next screen is correct and click CONTINUE. From this page you can view all bidder inquiries for this solicitation or add an inquiry. Offerors or Bidders will receive an acknowledgement of their question via e-mail, followed by a response to their question after it has been processed by our team. The Solicitation Number is: W91278-16-R-0029. The Bidder Inquiry Key is: IPY6CR-89U2NI. Firms are requested to review the Bidder Inquiry Portal for previous questions and responses, prior to submission of a new inquiry on the Portal. Caution: Any inquiry submitted and answered within this system, will be accessible to view by ALL interested FIRMS on this solicitation. The call center for the ProjNet operates weekdays from 8 AM to 5 PM U.S. Central Time Zone. The telephone number is 1-800-428-HELP. To verify your submittal has been delivered, you may e mail Ms. S. Allison Jones at: sally.a.jones@usace.army.mil. To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database. For instructions on registering with the SAM, please see the SAM Web site at https://www.sam.gov/portal/public/SAM/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-16-R-0029/listing.html)
 
Place of Performance
Address: U.S. Army Engineer, Mobile District, Mobile, Alabama, 36602, United States
Zip Code: 36602
 
Record
SN04061911-W 20160326/160324235108-1e85d508525920c571e9d9ebd02673ad (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.