Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2007 FBO #2113
SOLICITATION NOTICE

C -- The U.S. Army Corps of Engineers, Huntington District announces procurement for Cost Engineering and Cost Estimating Services. The Point of Contact for this requirement is Ginny Morgan, 304-399-5963.

Notice Date
9/7/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, Huntington, ATTN: CELRH-CT, 502 8th Street, Huntington, WV 25701-2070
 
ZIP Code
25701-2070
 
Solicitation Number
W91237-07-R-0022
 
Response Due
10/10/2007
 
Archive Date
12/9/2007
 
Small Business Set-Aside
N/A
 
Description
CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work. The ser vices will consist of cost engineering and cost estimating for projects assigned to Districts within the U.S. Army Corps of Engineers, Great Lakes and Ohio River Division geographical boundaries which include the Buffalo, Chicago, Detroit, Huntington, Loui sville, Nashville and Pittsburgh Districts. The majority of the work under this contract will be done within the boundaries of the Huntington District. One indefinite delivery contract will be negotiated and awarded with a base year and four option years . The contract amount will not exceed $12,000,000.00 over the life of the contract. Work will be issued by negotiated firm-fixed price task orders. The contract is anticipated to be awarded in January 2008. North America Industrial Classification System (NAICs) code is 541330, which has a size standard of $4,500,000.00 in average annual receipts. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The plan is not required with this submittal. The wages and benefits of service employees (see FAR 22.10) performing under the resulting contract must be at least eq ual to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employees office location (not the location of work). To be eligible for contract award, a firm must be registered in the DOD Central Contract or Registration (CCR). Register via the CCR Internet site at: http://www.ccr.gov. PROJECT INFORMATION: Work includes cost engineering and cost estimating services for civil works, military, and hazardous, toxic and radioactive waste (HTRW) projects. Work will require use of Second Generation MCACES (MII) cost estimating software develo ped by Project Time & Cost Inc. of Atlanta, Georgia, Crystal Ball Software for performing Cost Risk Analysis and Primavera project management software. Prospective firms must have experience in cost engineering and cost estimating for civil works, environ mental, Department of Energy (DOE) and military projects. Work may be performed to support other Federal agencies. SELECTION CRITERIA: The selection criteria are listed in descending order of importance (first by major criterion then by sub-criterion). C riteria A. thru E. are primary. Criteria F is secondary and will only be used as a tie-breaker among technically equal firms: (A) Professional Qualifications for the following key disciplines: project management (engineers or team leaders), subject matter experts in cost engineering, senior cost engineering, mid level cost engineering, cost engineering, project scheduling specialists, risk specialists, environmental engineering, civil engineering, cost engineer technicians and technical writer. Each discip le must be registered to practice in the appropriate professional field. The evaluation will consider education, certifications, training, registration, overall and relevant experience and longevity with the firm. (B) Specialized Experience: (1) cost en gineering and cost estimating for civil works, environmental, DOE and military projects, (2) use of required software such as MCACES (MII), Crystal Ball Software and Primavera project management software. (C) Capacity: Capacity of the firm to perform up to $2,400,000.00 worth of work of the required type in a one-year period. The evaluation will consider the availability of an adequate number of personnel in key disciplines. (D) Past Performance: Performance on DOD and other contracts with respect to cos t control, quality of work and compliance with performance schedules as determined from PPIRS and other sources. (E) SB and SDB Participation: The extent of participation of small businesses (including women-owned, HUBZone, small disadvantaged and service disabled veteran-owned businesses) and historically black colleges/un iversities and minority institutions (HBCU/MI) measured as a percentage of the total anticipated contracted effort, regardless of whether the small business is a prime contractor, subcontractor or joint venture partner and (F) Geographic Proximity: Locati on of the firm in the general geographical area of the Huntington District headquarters. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit two copies of Standard Form 330 Part I and two copies of SF 330 Part II for the prime firm and all consultants to the above address no later than 4:30 p.m. on October 10, 2007. Include the firms DUNS number in SF 333, Part II, Block 4. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement peri od. This is not a proposal. Please do not register at the Huntington District website. Only timely SF 330s will be considered.
 
Place of Performance
Address: USACE, Huntington District Attn: Ginny Morgan, CELRH-CT, 502 8th Street Huntington WV
Zip Code: 25701-2070
Country: US
 
Record
SN01399146-W 20070909/070907222141 (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.