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
SOLICITATION NOTICE

C -- Indefinite Delivery Contract primarily for Cost, Schedule and Resource Estimates of Military Projects within the Norfolk District and North Atlantic Division Mission Boundaries.

Notice Date
2/5/2007
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
US Army Engineer District, Norfolk, 803 Front Street, Norfolk, VA 23510-1096
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-07-R-0018
 
Response Due
3/5/2007
 
Archive Date
5/4/2007
 
Small Business Set-Aside
N/A
 
Description
INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT PRIMARILY FOR COST, SCHEDULE AND RESOURCE ESTIMATES OF MILITARY PROJECTS WITHIN THE NORFOLK DISTRICT AND NORTH ATLANTIC DIVISION MISSION BOUNDARIES. 1. 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 Norfolk District and other projects within the North Atlantic 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 required to present an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507 prior to award o f the contract. The current subcontracting goals are 51.2% to Small Businesses, 7.3% to Woman Owned Small Business, 8.8 % to Small Disadvantaged Business, 1.5% to Service Disabled Veteran Owned Small Business, and 3.1% to HUBZone Small Business. These perc entages are applied to the total amount of subcontracted dollars. Significant emphasis will be placed on the engineering firm's quality control procedures, as the District will perform the Quality Assurance role only. Estimated start date is March 2007. To be eligible for award, a firm must be registered in the DoD Central Contractor Registration (CCR) 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 pro vide 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 assign ment of DUNS numbers, contact Dun & Bradstreet at 1-877-705-5711, or via the internet at http://www.dnb.com. The DUNS requirements replace the previous ACASS system and procedures. The selected firm maybe required to attend a partnering workshop to define the Government's expectations, create a positive working atmosphere, encourage open communication, and identify common goals. 2. PROJECT SPECIFIC INFORMATION: Projects may consist of advanced cost, resource, and scheduling analyses from qualified professional staff for horizontal and vertical military projects including dormitories, headquarters, offices, dining facilities, gener al instructional facilities, military entrance processing stations, and other supporting structures for Army and Air Force installations and for military projects within the North Atlantic Division mission boundaries or at CONUS Installations where Norfolk District is providing support as a Center of Standardization. The expected engineering services shall consist of dynamic construction simulations which integrate cost, schedule, and resource allocations, from initial programming phases through actual construction phase schedule analysis support; cost, schedule, and resource estimates must address complex variables including local trades, local labor rates, productivity of local labor pool, access to construction sites, construction site management of r equirements schedules, and local availability of materials and shall not rely on historical data or rules of thumb; cost estimates and associated project schedules shall be integrated with each other for each modeling scenario; and assessments of multiple construction scenarios with definitive and reusable baselines which are related to future construction requirements on military installations. A focus area of this contract will be support of the BRAC Design and Construction Program at Ft Lee Virginia. 3: SELECTION CRITERIA: The specific selection criteria (a through d are p rimary and e though f are secondary) in descending order of importance are as follows and must be documented with resumes in the SF 330: a) Specialized Experience and technical competence in the expected activities identified above to include experience in cost, resource, allocation, and scheduling methods on projects including design /build projects; projects utilizing Sustainable Design ( with experience in energy and water conservation and efficiency; use of recovered and recycled materials; construction waste stream reduction, and employing the SPiRiT and/or LEED evaluation and certification methods); anti-terrorism and force protection m easures; construction cost estimating using M-CACES; and on-site construction support consisting of monthly construction project progress schedule analyses, construction modification cost and schedule support, and recovery/claims schedule and cost support. Only resumes identifying the professionalism and specialized experience of key members of the design 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 SF330; a brief Quality Management Plan including an explanation of the firm's management approach; team organization, management of subcontractors (if applicable); quality control procedures (for cost estimates, resource estimates, and schedule analys es 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 con sider prior relationships of the 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 s involvement of each firm on the proposed team. b) Professional Qualifications: Two project team member resumes in each of the following fields; architecture; civil; structural (independent of civil); mechanical; electrical and cost engineering with the individuals professionally registered in the relev ant professional field as an engineer or architect. c) 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; d) Past performance on DoD and other contracts including success in providing cost, schedule, and resource estimates which were within 10% of actual contract cost, schedule, and resource allocations observed, providing quality work, and compliance with tas k order or contract performance schedules; e) 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 c limatic conditions for Army and Air Force projects under the jurisdiction of Norfolk District. f) 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. 4. SUBMISSION REQUIREMENTS: Solicitation packages are not available for AE contracts. This is not a Request for Proposal. 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, Part 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 not 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 SF330, Part II, for each proposed consultant. Any firm with an electronic mailbox responding to the solicitation shou ld 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 http:/ /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 (excluding the SF330, Part IIs) and Block H will be 15 pages or less in length. Each printed side of a page will cou nt 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 2:00 p.m. local time on March 5, 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 transmissions 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 Engineer District, Norfolk, ATTN: CECT-NAO/Debbie Gray, 803 Front Street, Norfolk, VA 23510-1096 THIS IS AN UNRESTRICTED PROCUREMENT. NAICS CODE 541310 applies to this procurement. Prospective contractors must be registered in the DOD Central Contractor Registration (CCR) database prior to award of a contract. Information on registration and annual confirmation requirements may be obtained by calling 1-888-227-2423 or via the Internet at http://www.bpn.gov. Lack of registration in the CCR database will make an offeror ineligible for award. Contractors Please note: Online Representations and Certi fications Applications (OCRA) apply to this solicitation. With ORCA, you now have the ability to enter and maintain your representations and certification information, via the Internet at http://orca.bpn.gov. You no longer have to submit representation s and certifications with your proposal. Instead this solicitation contains a single provision that will allow you to either certify that all of your representations and certifications in ORCA are current, complete and accurate as of the date of your sig nature, or list any changes.
 
Place of Performance
Address: US Army Engineer District, Norfolk 803 Front Street, Norfolk VA
Zip Code: 23510-1096
Country: US
 
Record
SN01226056-W 20070207/070205222839 (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.