Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2003 FBO #0491
MODIFICATION

C -- C--INDEFINITE DELIVERY CONTRACT FOR VALUE ENGINEERING AND ANALYSIS SERVICES WITHIN THE SOUTHWESTERN DIVISION BOUNDARIES. (CHANGES)

Notice Date
4/3/2003
 
Notice Type
Modification
 
Contracting Office
US Army Engineer District, Fort Worth - Military, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
DACA63-03-R-0015
 
Response Due
4/28/2003
 
Archive Date
6/27/2003
 
Point of Contact
Charlotte Harris, 817/886-1064
 
E-Mail Address
Email your questions to US Army Engineer District, Fort Worth - Military
(Charlotte.R.Harris@swf02.usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA CHANGES: DACA63-03-R-0015 ? POC CATHY NELSON (817/886-1084), LESLIE GUY (817/886-1080). Delete Section 3 (a) & (b) and replace with (a) Specialized Experience and Technical Competence: The VE team leaders must be Certified Value Specialist (CVS) with pr ofessional qualifications and consideration will be given for education, value engineer training, professional registration, overall and relevant experience, longevity with firm. Firms should provide resumes in the SF 255 for each VE team leader. Only re sumes identifying the professionalism and specialized experience are necessary. As a minimum VE team members must be available in the following disciplines: architecture, civil engineering, structural engineering, HTRW and cost estimating. VE team membe rs must be professionally registered engineers or architects, or have a minimum of five years of design experience with demonstrable experience and training in value engineering. Those personnel that will make up the VE team may be specified in paragraph 10 of the SF 255. (Ensure that all special experience requirements are reflected on appropriate personnel resumes at Block 7 of the SF 255: (1) The selected team must demonstrate recent (within the past 5 years) and significant experience in value engine ering, value analysis, and cost estimating. It is suggested that Block 8 of the SF 255 be modified to include one relevant project per page to ensure that scope of relevant projects is clearly defined, that participation by the proposed design team is de fined on past projects, etc. Do not exceed ten pages for Block 8. (2) Firms must demonstrate the ability to prepare construction cost estimates, using Government-furnished M-CACES and VEW team members responsible for construction cost estimating must dem onstrate prior experience in use of M-CASES software. Address projects on which M-CACES has been utilized. (3) Narrative text shall be completed using Microsoft Word and Excel on Windows 95/98/2000/Me/NT compatible equipment or the word-processing softw are utilized must be importable by MS Word (2000) and the spreadsheet utilized must be importable by MS Excel (2000) working in a Windows 95 or later environment. MS-Access capability or a database which can be imported into MS-Access (2000) is also requi red. (4) Firms must demonstrate the ability to study metric designs. (b) Professional Capabilities: (either in-house or by subcontractor and have access to): Three value engineers certified by SAVE International, three cost estimators, architect, civil engineer, structural engineer, electrical engineer, mechanical engineer, and environmental engineer. At lease one value engineer and one cost estimator must be on the prime AE staff. None of the required personnel can be dual disciplined, i.e. a separat e employee must be provided for each stated requirement above to meet the number required. Ensure that resumes are provided for each of the personnel specifically required. If desired, modify the resume page of the SF 255 (Block 7) to provide one resume page per employee to provide adequate information relevant to past projects, specific expertise required, etc. Repeat a Resume Page as needed to provide all required resumes. Delete Section 4 (c) and replace with (c) Submit only one SF 255 for the VE team, completed in accordance with the instructions. It must contain information in sufficient detail to identify the team (prime and consultants) proposed for the contract.
 
Place of Performance
Address: US Army Engineer District, Fort Worth - Military PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
Country: US
 
Record
SN00294890-W 20030405/030403213757 (fbodaily.com)
 
Source
FedBizOpps.gov 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.