Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 07, 2007 FBO #1899
MODIFICATION

C -- INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT PRIMARILY FOR COST, SCHEDULE AND RESOURCE ALLOCATION ESTIMATES OF MILITARY PROJECTS WITHIN THE GREAT LAKES AND OHIO RIVER DIVISION MISSION BOUNDARIES.

Notice Date
2/5/2007
 
Notice Type
Modification
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Corps of Engineers, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W22W9K63541813
 
Response Due
2/27/2007
 
Archive Date
4/28/2007
 
Small Business Set-Aside
N/A
 
Description
THIS IS TO REPLACE THE PREVIOUSLY PUBLISHED SYNOPSIS DATED 11 JANUARY 2007 WITH THE FOLLOWING: 1.GENERAL CONTRACT INFORMATION: NAICS code for this procurement is 541330. This announcement is open to all businesses regardless of size. The proposed services, which will be obtained by a negotiated Firm Fixed Price Contract, are for cost, schedule, and resource allocation estimates of military projects for Air Mobility Command (AMC) and other projects within the Great Lakes and Ohio River Division mission boundaries. Projects will be awarded by individual task orders with the maximum cumulative contract value being $3,000,000. The estimated cost per task order is approximately between $5,000 and $250,000. The contract period is cumulative and ends three years from date of award. If a large business is selected to negotiate a contract, the firm will be re quired to present an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507 prior to award of the contract. The current subcontracting goals are 51.2% to Small Businesses, 7.3% to Woman Owned Sma ll Business, 8.8% to Small Disadvantaged Business, 1.5% to Service Disabled Veteran Owned Small Business, and 3.1% to HUBZone Small Business. These percentages are applied to the total amount of subcontracted dollars. Significant emphasis will be placed on the engineering firm quality control procedures, as the District will perform the Quality Assurance role only. Estimated start date is April 2007. To be eligible for award, a firm must be registered in the DoD Central Contractor Registration database, via the CCR Internet site at http://ccr.gov or by contacting the DoD Electronic Commerce Information Center at (800) 334-3414. Register to provide certifications and representations at http://orca.bpn.gov. In Block B.5 of the SF 330, Part II, provide the DUNS number for the prime engineering firm or Joint Venture. The DUNS number must be for the firm/branch office performing the work. For assignment of DUNS numbers, contact Dun & Bradstreet at 1-877-705-5711, or via the internet at www.dnb.com. The DUNS requi rements replace the previous ACASS system and procedures. The selected firm may be required to attend a partnering workshop to define the Governments expectations of the firm, create a positive working atmosphere, encourage open communication, and identify common goals. If necessary, secondary sel ection criteria (e-g listed below) will be used as a tiebreaker after evaluation of the primary criteria is completed. 2. PROJECT SPECIFIC INFORMATION: Projects may consist of advanced cost, resource, and scheduling analyses from qualified professional st aff for horizontal and vertical military projects including dormitories, headquarters, offices, aircraft maintenance facilities, and other supporting structures for Air Mobility Command (AMC) installations and for military projects within the Great Lakes a nd Ohio River Division mission boundaries. The expected engineering services shall consist of dynamic construction simulations which integrate cost, schedule, and resource allocations, from initial programming phase through construction; cost, schedule, a nd resource estimates which account for complex variables for resource loading including specific variables such as local trades, local labor rates, productivity of local labor pool, access to site, site management of requirements, and local availability o f materials, and do not wholly rely on historical data or rules of thumb; project schedules that are resource loaded with cost estimates and associated project schedules which should be integrated with each other for each modeling scenario; overnight analy ses in order to keep labor cost within the total design cost; and assessments of multiple construction scenarios with definitive and reusable baselines that are related to future construction requirements on military installations. 3: SELECTION CRITERIA: The specific selection criteria (a through d are primary and e though g are secondary) in descending order of importance are as follows and must be documented with resumes in the SF 330: a) Professional Qualifications: Resumes for at least two cost engineers who shall be registered in a relevant professional field as an engineer or architect. Resumes for at least two individuals who can act as producer and checker in each of the following fields: project control managers, project control specialists, cost estimators, and schedulers. The evaluation of all resumes will consider education, certifications, training, registration, overall and relevant experience, and longevity with the firm. b) Specialized Experience and technical competence in the expected activities ide ntified above to include experience in cost and resource allocation, and scheduling methods on projects including design/build projects; projects utilizing Sustainable Design (using an integrated design approach and emphasizing environmental stewardship, w ith experience in energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction, reduction or elimination of toxic and harmful substances in facilities construction and operation; efficiency in resource and materia ls utilization, development of healthy, safe and productive work environments; and employing the LEED evaluation and certification methods); anti-terrorism and force protection measures; construction cost estimating using M-CACES; electronic drawing devel opment utilizing a CADD system (Intergraph Microstation is the required format); and life safety & fire protection design. c) Capability to run real-time/dynamic cost and scheduling scenarios; d) Capacity to complete the work in the required time with the understanding that this contract may require multiple teams to work individual task orders at various locations simultaneously; e) Past performance on DoD and other contracts including success in providing cost, schedule, and resource estimates that were within 10% of actual cost, schedule, and resource allocation observed, quality work, and compliance with performance schedules; f) In the context of cost, scheduling, and resource analyses, knowledge of and ability to apply specific variables such as local trades, local labor rates, and productivity of local labor pool, local building codes, geological features, environmental and climatic conditions for HQ AMC projects. Similar knowledge and ability is required for projects within the Great Lakes and Ohio River Division mission boundaries; g) Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. Only resumes identifying the professionalism and specialized experience of key members of the team are necessary. Other available personnel may be specified in paragraph H of the SF330.In addition, the following must be addressed in paragraph H of the SF33 0; a brief Quality Management Plan including an explanation of the firms management approach; team organization, management of subcontractors (if applicable); quality control procedures (for cost, resource, and schedule analyses and electronic documents); procedures to insure that internal resources are not over-committed; and an organizational chart showing the inter-relationship of management and various team components (including subcontractors). The evaluation will also consider prior relationships of t he prime firm and any of their significant consultants on similar projects. Clearly indicate the primary office where the work will be done and the staffing at this office. In Block H also indicate the estimated percentage involvement of each firm on the proposed team. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit one paper copy and one electronic copy on one CD of the SF 330, Par t I, and one paper copy of SF 330, Part II for the prime firm. The proposal shall be submitted as one file using Microsoft Word (.doc) or Adobe Acrobat (.pdf). Font size shall be 10 or larger. Resumes in Section E and Example Projects in Section F shall no t exceed one page each. Indicate in Section C.11 if the prime has worked with the team members within the last five years. In Section G.26, include the firm each of the key personnel is associated with. Responding firms must submit a current and accurate S F330, Part II, for each proposed consultant. Any firm with an electronic mailbox responding to the solicitation should identify such address in the SF330, Part I. Please identify the DUNS number of the office performing the work in Block B.5 of the SF330, Part I. DUNS numbers may be obtained by contacting Dun & Bradstreet at 1-877-705-5711, or via the internet at www.dnb.com. The DUNS requirements replace the previous ACASS system and procedures. The SF 330 will be no longer than 100 pages in length (exclu ding the SF330, Part IIs) and Block H will be 10 pages or less in length. Each printed side of a page will count as one page. Release of firm status will occur within 10 days after approval of the selection. All responses on SF330 to this announcement must be received no later than 4:00 p.m. local time on 27 February 2007. No other information including pamphlets or booklets is requested or required. No other general notification to firms under consideration for this project will be made. Facsimile transmis sions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. Submit responses to US Army Corps of Engineers, ATTN:Sharon Evans, 600 Dr. Martin Luther King, Jr., Pl., Room 821, Louisville, KY 40202.
 
Place of Performance
Address: US Army Corps of Engineers, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
Country: US
 
Record
SN01226052-W 20070207/070205222834 (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.