Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2005 FBO #1284
SOLICITATION NOTICE

C -- Worldwide Cost Estimating Services

Notice Date
5/31/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115 Rosslyn Station, Arlington, VA, 22219
 
ZIP Code
22219
 
Solicitation Number
S-ALMEC-05-R-0073
 
Response Due
7/6/2005
 
Archive Date
7/21/2005
 
Description
The U.S. Department of State (DOS), Office of Logistics Management, on behalf of the Overseas Buildings Operations (OBO), anticipates the award of at least three indefinite quantity/indefinite delivery contracts, to professional, licensed architectural/engineering firms, to provide cost estimating services. One of the contracts shall be set aside for small businesses. Each contract shall consist of a one-year base period with four one-year optional service periods. The Government guarantees a minimum of $50,000 awarded over the life of each contract. The total amount of services awarded under each contract shall not exceed $700,000 per year. The contract is for professional services including, but not limited to performing cost estimating services for facility and infrastructure assessments, planning studies, requirement analyses, risk assessments, and life cycle costing. The contractor shall perform tasks in generating conceptual, budgetary, and/or detailed cost estimates and life cycle cost analyses. Typical tasks may involve travel to diplomatic posts, conducting facility and/or infrastructure assessments at posts, interviewing post engineering staff, researching local cost data and construction methodologies, and generating studies, and cost estimates. The SUCCESS Integrated Estimating and Cost Management System and OBO custom cost databases shall be the primary estimating tools. The cost estimate shall be produced in both UNIFORMAT II, as outlined in Section 7.0, and in 16 Division CSI format. Knowledge and use of the International Project Risk Assessment tool is required to conduct in depth risk analysis of projects. The contractor is required to provide logistical support in the Washington, DC area. The following disciplines are required, at a minimum: architectural, structural, civil, mechanical, electrical, physical security, and site work. The contractor?s professional staff should belong to one or more of the following professional societies and organizations: American Society of Professional Estimators; Association of Cost Engineers; International Cost Engineering Council; Society of Cost Estimating and Analysis; AACE International; Royal Institution of Chartered Surveyors; Association of South African Quantity Surveyors; Australian Institute of Quantity Surveyors; Canadian Institute of Quantity Surveyors; or demonstrate a minimum of five years experience estimating building construction in all its facets. 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 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). Subcontractors who will require access to classified information must also possess a DOD Secret FCL. All offerors shall 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 shall 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, shall be allowed for this offeror to obtain the necessary FCL. After this period the Government may, at its discretion, consider awarding the contract to another firm or awarding less than three contracts. Firms, which form joint ventures, must also comply with the above FCL and personnel security clearance requirements. This is not a request for proposals. Since a contract may result in an award over $500,000, large businesses shall be required to submit a small business subcontracting plan prior to contract award. The DOS Fiscal Year 2005 subcontracting goals are: small business 40%; small disadvantaged business 14%; women-owned business 5%; HUBZone business 3%; and service disabled veteran business 3%. The North American Industry Classification System code is 541330, $4.0 million average. Selection shall be in accordance with the Brooks Act, P.L. 92-582 (40 U.S.C. 541, et seq.). After short-listing by a Pre-Selection Board, firms may be required to make a presentation to the A/E Council (Selection Board) in Rosslyn, VA. Firms which meet the requirements of this solicitation are invited to submit: (1) three copies of Standard Form 330, Architect-Engineer Qualifications and (2) three copies of a qualification statement, in Block H of the SF-330, addressing the evaluation factors listed below. Firms responding to this announcement on or before the closing date shall be considered for selection. Failure to address each of the evaluation criteria, in writing, shall result in failure to qualify. Additionally, failure to provide the requisite information shall result in failure to qualify. For each project identified in the responses to the evaluation criteria, provide the name, address, telephone number, and e-mail address of a client representative and identify which members of the proposed team participated on the project. Firms responding to this announcement on or before the closing date shall be considered for selection using the following evaluation criteria - 100 points maximum: a) Professional qualifications of required disciplines, stated above, necessary for satisfactory performance of required services. Organizational ability demonstrated through a written plan to assemble qualified teams consisting of the necessary disciplines to provide cost estimates and life cycle costs to meet the contractual requirements. Such plans include a listing of permanent staff and letters of agreement to hire supplemental personnel if needed and copies of their professional resumes ? 25 pts., b) Specialized recent experience, within the last three years, and technical competence in cost estimating design/bid/build and design/build construction projects located outside the United States, based upon minimal concepts and bridging documents. Experience and demonstrated ability to estimate initial and life cycle costs for facility and infrastructure projects. A working knowledge of both UNIFORMAT and CSI is required. Provide examples of no more than seven projects ? 25 pts., c) Capacity to accomplish the work in required time. Organizational capability to assemble multiple (two or three) qualified teams and provide estimating services for task orders with minimal advance notice (three-week average) ? 20 pts., d) Past performance demonstrating experience in conducting cost estimating of multi-disciplines and life cycle cost studies. Quality Management and Control: Submit internal quality control procedures and standards for contract deliverables ? 10 pts., e) Experience and/or demonstrated ability to estimate initial and life cycle costs for projects located outside of the United States - 10 pts., f) Experience and/or demonstrated ability to conduct planning studies, requirement analyses and project risk assessments ? 10 pts. Firms responding to this announcement must specifically address each of the above factors under separate headings. Requests for clarification must be submitted, in writing, to Mr. Brian Mulcahy, not later than 2:00 p.m., Eastern Daylight Time, on June 14, 2005. The e-mail address to submit clarification questions is MulcahyBF@State.Gov. All SF-330 submittals must be received by 11:00 a.m., Eastern Daylight Time, on July 6, 2005. U.S. Postal Service mailing address: Mr. Brian Mulcahy, U.S. Department of State, A/LM/AQM/FDCD, Room L-600, P.O. Box 9115, Arlington, VA 22219. Courier address (Federal Express, UPS, etc): Mr. Brian Mulcahy, U.S. Department of State, Office of Logistics Management, 1701 North Fort Myer Drive, Room L-600, Arlington, VA 22209. Note: The Post Office does not deliver to 1701 N. Fort Myer Drive.*****
 
Place of Performance
Address: Worldwide
 
Record
SN00818326-W 20050602/050531211812 (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.