Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 06, 2016 FBO #5248
SOURCES SOUGHT

C -- AE Cost Engineering - Market Survey

Notice Date
4/4/2016
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Walla Walla, Attn: CENWW-CT, 201 North 3rd Avenue, Walla Walla, Washington, 99362-1876, United States
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-16-R-SS34
 
Archive Date
5/7/2016
 
Point of Contact
Elaine Vandiver, Phone: 5095277221
 
E-Mail Address
elaine.m.vandiver@usace.army.mil
(elaine.m.vandiver@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Market Survey Attachment This Sources Sought Notice / Market Survey is a tool to identify businesses with the capability and interest to accomplish the below described work. This notice is a follow-up/supplement to Sources Sought Notice number W912EF-15-R-SS44 issued on June 15, 2015. Previous respondents are kindly requested to respond to this notice as well. This is not a solicitation. The objective of this notice is to: gather data on how the architectural-engineering industry is currently performing cost engineering work for both Government and private-sector clients; better understand how such contracts or agreements are structured regarding geographic scope and types of cost engineering services provided; and to assist USACE in structuring its cost engineering requirements consistent with industry practice to the maximum extent practicable. The United States Army Corps of Engineers (USACE) Walla Walla District is seeking feedback on the interest and availability of any Architectural-Engineering (A-E) firm of all sizes, including large and all categories of small businesses (HUBZone, 8(a) or Service Disabled Veteran Owned Small Business (SDVOSB), Women Owned Small Business (WOSB)) that are capable of performing cost engineering services (estimates, scheduling, risk analyses, value engineering, etc.) as part of Indefinite Delivery Contract(s). The NAICS code for this procurement is 541330 with a small business size standard of $15.0 million in average annual receipts. The overall procurement value is expected to be $175 million for which contract capacity will be spread across multiple IDC contracts, each expected to include a base period of one (1) year and four (4) one-year option periods. Work will vary in scope and size and will be assigned by individually negotiated firm fixed-price task orders. These contracts are intended to primarily support of Department of Energy (DOE), Department of Defense (DOD) agencies, included cost engineering services to support both civil works and military (MILCON) projects. However, it is also anticipated that these IDCs will include support to Veterans Affairs (VA), FEMA, DHS and other federal agencies and their respective cost-based missions. The IDCs intent will be to support normal Federal practices related to cost engineering services; however, overall contract capacity includes potential need to support cost engineering efforts for Federal interests in disaster planning and recovery, regardless of location. The majority of all work is expected to be performed stateside within the continental US (CONUS) supporting other CONUS locations. Additionally, some efforts may support operations outside continental US (OCONUS), such as Hawaii, Alaska, Japan, Korea and Middle East, where the majority of the Cost Engineering support under these IDCs for OCONUS effort is expected to be performed stateside. However, there may be requirements (i.e. site visits and in-country assessments) to support US interests jointly with USACE and DOD personnel oversight located within secured sites, where international and bi-lateral agreements are in place. This procurement will be conducted in accordance with Public Law 92-582 (Brooks Act) as implemented by FAR Part 36. The anticipated selection criteria will primarily assess A-E firms': 1) Professional Qualifications. Specifically the amount of in-house Cost Engineer resources available with professional registrations required where applicable (i.e. Architects; Structural Engineers; Civil Engineers; Mechanical Engineers; Electrical Engineers; Special Utility Systems; Environmental and hazardous waste remediation; Value Engineers; Risk and Schedule Analysts; and Project Controls) with certification by industry-recognized professional organizations, such as AACE, ICEC, PCEA, or commensurate; 2) Specialized Experience and Technical Competence in and for projects primarily supporting USACE military and civil works; and DOE for environmental cleanup and restoration and waste management, for vertical and horizontal construction; preparing and reviewing quantity and cost estimates related to construction, supply, services and environmental projects utilizing estimating experience in the standard engineering design fields such as architectural, structural, civil, mechanical, electrical, special systems, and environmental and hazardous waste remediation; preparing estimates, schedules and risk analyses in various design phases using standard USACE estimating tools, programs and software (MCACES MII, PACES, Microsoft Project and Primavera, Crystal Ball) of conceptual and budgetary, performance specifications (Design-Build), incomplete designs, bid estimates, change order estimates; developing and reviewing products related to earned value management systems or processes (contractor progress, resource-loaded schedules, risks, inefficiencies, trends, modifications and claims, invoice payments, etc.); preparing and estimating Value Engineering Studies; and availability of senior cost engineering personnel capable of creating/managing an established quality control plan and process that documents product quality reviews, responses and resolution for internal and external reviewers; 3) Capacity to Accomplish the Cost Engineering Work. Specifically a company structure or business approach that provides Federal Cost Engineering work with minimal potential for conflict of interest while supporting private contractors that may compete for the Federal projects under cost development; capacity to accomplish between $250K and $500K in work per month; capability to accomplish multiple, distinct large-dollar task orders in separate geographical regions; ability to respond quickly to task order requests for proposals (5-7 days) and mobilize sufficient and qualified full staffing quickly (1-2 weeks) upon task order award; and Ability to obtain required security clearances for designated areas and tasks; 4) Past Performance on Department of Defense, DOE and other private contracts with respect to satisfactory performance in cost estimating, scheduling, risk analysis, project controls and earned value management, quality of work, and compliance with performance schedules; 5) Knowledge of Locality, specifically a demonstrated capability of performing cost engineering services for projects located on secure sites, on rural and heavily metropolitan sites (both horizontal and vertical construction), and for projects in foreign countries where labor, equipment, material, work crew productivity and contractor structure differ from standard US market and practices. Responses to this notice will be used to assist the Government in making appropriate acquisition decisions. AE firms interested and capable of performing the aforementioned cost engineering services are kindly requested to respond to this notice. Responses to this notice should include: A. Coversheet: Please include your firm's- • Name, main office address, point of contact name, email address and phone number; • Data Universal Number System (DUNS) number and CAGE code; • Size as it relates to NAICS Code 541330 ($15 million in average annual receipts); if a small business, please list any applicable socio-economic classifications (Service Disabled Veteran Owned, 8(a), Woman-owned, HUBZone, etc.); B. Completed Market Survey (attached to this notice) In answering the survey- • "Interested" means your firm intends to respond to a Request for Qualifications/SF 330's when/if the project is formally advertised; • "Capable" means your firm has some, most or all of the capabilities, qualifications or experiences listed in this notice; • "Performing" means performing the work as either a prime AE contractor or a major sub-contractor/consultant. C. Capabilities Statement • Provide a brief statement of your firm's capabilities and experience as it relates to the anticipated selection criteria contained in items 1 through 5 above; • Provide a brief statement of capabilities and experience as they relate to the types of work listed in the Market Survey. Please include a discussion on how any contracts are/were structured in terms of geographic scope, type of contract, contract duration, types of cost engineering services provided, and your firm's role (prime contractor or sub-contractor). If your firm is capable or interested in fulfilling stateside requirements only, please discuss that in your response; this information will assist USACE in determining whether these requirements are best fulfilled under a single contract or multiple contracts with more restrictive geographical scopes; and • Any additional relevant information which may be of assistance in achieving this notice's objectives. Submission guidance: • Please limit your narrative capabilities submission to no more than 10 pages (not including the Coversheet and Market Survey). • Submit electronically to Elaine Vandiver, Contract Specialist, via email only at Elaine.M.Vandiver@usace.army.mil by 4:30PM on 22 April 2016. • Telephonic responses will not be accepted. • Submit in word or PDF format. Do not submit SF330s. • This survey neither constitutes a solicitation or Request for Proposal; it should not be construed as a commitment by the Government for any purpose. Therefore, no contract award will result from this posting. Responses to this survey are voluntary; no basis for claim against the Government shall arise as a result of a response to this notice or Government use of any information provided. The Government will not pay for information or comments provided and will not recognize any costs associated with submission of comments. Responses will be used by the Government for market research purposes to make appropriate acquisition decisions; responses to this notice do no restrict the Government to an ultimate acquisition approach.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-16-R-SS34/listing.html)
 
Place of Performance
Address: 201 North Third Avenue, Walla Walla, Washington, 99362, United States
Zip Code: 99362
 
Record
SN04071509-W 20160406/160404234118-79e0d5394616ff8e8ffc0b2f296d04f7 (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.