Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2007 FBO #2210
SOLICITATION NOTICE

C -- Indefinite Delivery-Type (Value Engineering) Contract for the Baltimore District and its boundaries

Notice Date
12/13/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-08-R-0009
 
Response Due
1/17/2008
 
Archive Date
3/17/2008
 
Point of Contact
Charlene V. Brown, 410-962-5626
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Baltimore
(charlene.v.brown@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks AE Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. See Note 24 for general information on the AE selection process. The services will consist of, but not limited to: life cycle cost analyses, quality control measures and distribution of formal reports projects within or assigned to the Baltimore District, US Army, Corps of Engineers. The concentration of work will be for the North Atlantic Division, which includes Connecticut, Delaware, District of Columbia, Maine, Maryland, Massachusetts, New Hampshire, New Jersey, New York, Pennsylvania, Rhode Island, Verm ont, Virginia, and West Virginia. An Indefinite Delivery-Type (Value Engineering) contract will be negotiated and awarded with a base and four option year periods. The cumulative amount of the contract shall not exceed $5,000,000.00. Work will be issued either negotiated firm fixed-price or laborhour task orders. The anticipated award date is April 2008. North American Industrial Classification System Code is 541330, which has a size standard of $4,000,000 in average annual receipts. This announcement is restricted to qualified 8a, HUBZone, and Veteran Owned Service Disabled prime firms. Firms shall also submit evidence that they are 8a, HubZone, and Veteran Owned Service Disabled. The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least equal 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 the work). To be eligible for contract award, a firm mu st be registered in the Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov. 2. PROJECT INFORMATION: The firm shall identify a project manager. Projects may be of military, environmental, or civil works type. Th e selected contractor will conduct each study in accordance with the job plan of SAVE, International. A report of the recommendations of the Value Engineering team with detailed life cycle cost analyses and sketches will be delivered within six working day s of completion of each study. The firm shall have at least two each Certified Value Specialists; architects; engineers in the fields of mechanical, electrical, civil, structural, sanitary, and environmental; and cost estimators. The architects and enginee rs shall each be professionally registered in their designated field. The cost estimators shall have demonstrated proficiency in the use of MCACES and a minimum of ten years of documented full-time experience dedicated to cost estimating. The estimators wi ll be required to use the new Corps of Engineers 32-bit estimating system MII when it deploys during the life of the contract. Certification from AACE, RICS, ASPE or similar is a plus. The firm shall provide the following: 1) Narrative description of its process for assembling a multi-disciplinary team, conducting the study, preparing the study report including quality control measures employed, delivering the reports in the time frame outlined above, and presenting the report content to the client; 2) Nar rative description of three best Value Engineering studies performed within the last year. Include report extracts as deemed appropriate. 3. SELECTION CRITERIA: The criteria that will be the basis for selecting firms are identified in Numbered Note 24. The selection criteria will take into account the location of the firm. The Cost Engineer shall have a minimum of ten years of demonstrated proficiency in the use of MCACES. Each study shall be conducted in accordance with the job plan of SAVE, International. The scope of services of each task order shall define specific locations for performance of services for each task order. The contractor shall provide the form al reports for each study by noon of the sixth work day following study completion. The report content and format shall closely parallel the Corps of Engineers Value Engineering Report Template (VERT). The scope of services of each delivery order shall def ine delivery time, quantities, and distribution of the reports. An electronic copy of each report on synthetic media, including errata as applicable, shall accompany the final payment invoice for each study. The A/E must be capable of responding to multipl e work orders concurrently. The evaluation will consider overall and relevant experience, education, training, registration and certification of the key personnel. Past performance on DOD and other contracts with respect to cost control, quality of work, a nd compliance with performance schedules. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit three copies of Parts I and II of the SF 330 for the prime. Part II of the SF 330 must be submitted for each con sultant to the address below, no later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business the next business day. On SF 330, Part I , Block 5, include DUNS number for the prime firm. On the SF 330, Part I, Block F, provide the title and contract award dates for all projects listed in that section. Submit responses to U.S. Army Corps of Engineers, City Crescent Building, ATTN: Charlene V. Brown, Room 7000; 10 South Howard Street, Baltimore, MD 21201. Technical questions should be directed to Mr. John Vogel, P.E. (410) 962- 4480 or John.K.Vogel@usace.army.mil. Contracting questions can be directed to Ms. Charlene V. Brown (410) 962-5626 or Charlene.V.Brown@usace.army.mil . These forms shall be submitted to the above address not later than 3:30 PM, LOCAL TIME on the response date January 17, 2008. Three copies of the SF 330 submission are required. The SF 330 shall have a page limit of 125 pages. A page is one side of a sheet. Font size shall not be less than 10 font and margins shall not be less than one inch. Effective immediately, the use of DUNS+4 numbers to identify vendors is limited to identifying different CCR records for the same vendor at the same physical location. For example, a vendor could have two records for themselves at the same physical location to identify two separate bank accounts. If you do not have a DUNS number, or want to register subsidiaries and other entities, c all Dun and Bradstreet at 1-866-705-5711. Solicitation packages are not provided. NOTE: In order to maintain total objectivity in the A/E selection process, telephone calls and e-mails to discuss this announcement are discouraged unless absolutely necessar y. Personal visits for the purpose of discussing this announcement will not be scheduled. This is not a request for proposal.
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21203
Country: US
 
Record
SN01469593-W 20071215/071213225058 (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.