Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2008 FBO #2407
SOLICITATION NOTICE

C -- Value Engineering Studies Corps Wide

Notice Date
6/27/2008
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Savannah, Attn: CESAS-CT, PO Box 889, Savannah, Georgia, 31402-0889, United States
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-08-R-0042
 
Point of Contact
Cheryl A Jackson,, Phone: 912-652-5115
 
E-Mail Address
cheryl.a.jackson@usace.army.mil
 
Small Business Set-Aside
8a Competitive
 
Description
Technical Point of Contact is Charlie Fore at 912-652-5174 or email: charles.w.fore@usace.army.mil; Contractual questions: Cheryl Jackson at 912-652-5115 or email: Cheryl.a.jackson@usace.army.mil; Questions concerning SF 330; Leslie Zuniga at 912-652-5574 or email: leslie.a.zuniga@usace.army.mil. **** CONTRACT INFORMATION: This announcement is 100% set-aside for 8(a) eligible firms in Region IV, including GA, AL, FL, MS, NC, SC, KY and TN ONLY. The Savannah District, U.S. Army Corps of Engineers requires the services of Architect-Engineer firms for a minimum of one and a maximum of two Multidiscipline Indefinite Delivery Contracts. Contracts awarded as a result of this announcement will be administered by Savannah District for use on federal projects under its jurisdiction and, if requested, for other Corps of Engineers Districts. Contract limits and contract size will be determined at the time of selection. Typically, each contract will consist of a base ordering period and four option periods, each period not to exceed one year, for a total of five years maximum. An option may be exercised before the expiration of the base contract period (or option period) if the contract amount has been exhausted or nearly exhausted. The total amount of each contract over the five-year ordering period may not exceed $5,000,000. Task Orders to be executed under this contract will be primarily for projects with a value no greater than $5 million. Work will be issued by negotiated firm-fixed-price task orders. The firm must be capable of responding to and working on multiple task orders concurrently. Proposals will be evaluated on each of the criteria factors listed below. Each factor will be assigned a rating from outstanding to unsatisfactory based on the performance risk to the government that the offeror will successfully perform the factor being evaluated. An overall consensus rating will be given to each submission. Contracts may be issued up to one year after selection approval. Award will be made to the firm(s) determined to be most highly qualified. The number of contracts that will be issued will be dependent on the amount of work that will be required. Projects to be designed are not yet determined and funds are not presently available. Assignment of individual task orders to the contracts with identical scopes of work will be based upon the following factors: (1) Performance and quality of deliverables under the current IDC contracts, (2) Current capacity of the firm to accomplish the task order in the required time, (3) Proximity of the firm to the project site and familiarity with design criteria/codes and construction methods used at the locality (4) Equitable distribution of work among identical contracts. The NAICS is 541330; size standard $4.5 million. Work will predominately consist of providing value engineering services by following the Value Engineering methodology expressed by the Society American Value Engineers using simple Value Engineering Study Reports. This primarily consists of utilizing the five-step value engineering job plan consisting of the Information Phase, the Speculative Phase, the Analysis Phase, the Development Phase and the Presentation Phase. These concepts will be applied to facilities in any phase of the design process. Other work may include preparation of reports, studies, project planning, design criteria, preparation of drawings and specifications, cost estimates, and other general A-E services for multi-disciplined new construction and renovation projects for military and other government agencies. This work can consists of the design of new vertical construction on facilities commonly found at military installations (barracks, dining facilities, offices, training facilities, equipment maintenance facilities, labs, etc.) as well as some smaller horizontal construction projects (airfields, roads, ranges, etc.). The firm may be required to provide construction phase and other services that may include preparation of operation and maintenance manuals, shop drawing review, and commissioning/start-up/fit-up design support. All design CADD files must be delivered in the (*dgn) format. All design must comply with the Savannah District Design Manual and individual Installation Design Guide. ****SELECTION CRITERIA: Factors listed below will be rated based on a relative weighting as follows: *Significantly More Important* means that the factor is at least two times greater in value than another factor. *More Important* means that the factor is greater in value than another factor but less than two times greater. *Equal* means that the factor is of the same value or nearly the same as another factor. For this solicitation, Specialized Experience and Technical Competence and Past Performance are weighted equally and each factor individually is more important than Key Personnel, Work Management and Volume of DoD Contract Awards. Key Personnel, Work Management and Volume of DoD Contract Awards are weighted equally. Each criterion should be submitted FOR THE OFFICE AND/OR EMPLOYEE PERFORMING THE WORK in lieu of other offices/employees for firms in multiple locations. For firms that have offices in multiple locations, evidence of meeting the criteria should be presented for the office and/or employee that would actually be performing the work in response to this announcement. It is recognized that for firms with multiple locations, a project team may be formed from personnel from more than one office. If more than one office is represented, the Selection Board will consider under the Work Management Plan the performance risk associated with that team not being co-located and the geographical proximity to the supported projects. ****FACTOR 1 - SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE. Specialized experience and technical competence in (in descending order of importance within this category): a. Performance of Value Engineering Studies; b. Design of new facilities or utility systems of various types, sizes, and complexities; c. Design of projects on Army installations; d. Sustainable design utilizing the LEED rating tools; e. Application of Anti-Terrorist/Force Protection criteria; f. Cost engineering using MCACES. Technical competence will be judged based on a minimum of satisfactory performance and experience of the firm and its design team, longevity and previous working relationships among the working parties on similar projects, and most recent firm and employee history of experience on similar projects. FACTOR 2 - PAST PERFORMANCE. Past performance on DOD and other contracts with respect to quality of work, compliance with performance schedules and cost control. Indication of favorable performance ratings, awards, and repeat clientele in Section H of SF330 is recommended. Past performance will be based on ACASS ratings and other data presented by the offeror or as determined by the Government. FACTOR 3 – KEY PERSONNEL. Resumes for qualified personnel should be presented in Section E for the following key personnel. Key personnel presented in Section E shall be the individuals who will routinely be involved in the actual production of work under this contract. All key personnel shall be shown on the organization chart. Resumes shall be provided for only the number indicated in parentheses. Key personnel in disciplines that are required to be licensed, registered, and/or certified include the following: Architect (2), structural engineer (2), civil engineer (2), mechanical engineer (2), electrical engineer (2). Resumes shall be provided for other key personnel as follows: Project Manager (2). Registration/certification (Associate Value Specialist (AVS) or Certified Value Specialist (CVS) for all is encouraged. One resume only shall be provided for each of the above key personnel. Other personnel should be shown on the organization chart by discipline in the total number available for utilization on task orders assigned under this contract. The organization chart should show lines of responsibility and communication between project team leaders and team members. FACTOR 4 - WORK MANAGEMENT. A proposed management plan shall be presented which shall include an organization chart to include only the personnel who will be assigned to the team for this contract. The offeror shall briefly address the management approach, team organization, quality control procedures, cost and schedule control, coordination of in-house disciplines and consultants, and prior relationships of the prime firm and any of their significant consultants on similar projects. The SF330 shall clearly indicate the primary office where the work will be performed and the staffing at this office. Any work not done out of the primary office shall be addressed within this work management plan. The length of time the offeror has been working under this work management plan should be identified. FACTOR 5 – KNOWLEDGE OF LOCALITY. Knowledge of locality as it pertains to design and construction methods of military projects in the geographic area where work is anticipated to be accomplished. FACTOR 6 - VOLUME OF WORK. Volume of DOD contract awards in the last 12 months as described in Note 24. 4. SUBMISSION REQUIREMENTS. Interested firms having capabilities to perform this work must upload Parts I and II of the SF 330 to https://sasweb.sas.usace.army.mil/aeselection/ by 12:01 p.m., local time on July 29, 2008. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Any submissions received after the exact time specified for receipt is considered late and will be processed I AW FAR 15.208 Submission, Modification, Revision, and Withdrawal of Proposals. The entire submission of the SF 330 must not exceed 5 Megabytes and shall be submitted as one file using Microsoft Word (.doc) or Adobe Acrobat (pdf.). Part I of the SF 330 should not exceed 50 pages, including 15 pages for Section H. 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 in the past five years. In Section G. 26, include the firm each of the key personnel is associated with. Registration in the Savannah District electronic A-E Selection System is required and instructions may be found at the website above. Joint Venture Agreements – Joint Ventures are allowable on competitive 8(a) set-asides, however, the joint venture agreement must be received by SBA prior to proposal due date and approved before award of any resulting contract. If you are contemplating a joint venture on this project, you must advise your assigned SBA Business Development Specialist (BDS) as soon as possible. It is also recommended that the agreement be submitted as soon as practicable to ensure compliance with established regulations. Any corrections and/or changes needed can be made only when your BDS has adequate time for a thorough review before the proposal due date. NO CORRECTIONS AND/OR CHANGES ARE ALLOWED AFTER TIME OF SUBMISSION OF PROPOSAL OR BIDS. FIRMS SHOULD BE REGISTERED WELL IN ADVANCE OF THE CLOSING DATE FOR SUBMISSION OF THE SF 330 AS THE PROCESS MAY TAKE 3-5 DAYS. FIRMS MUST INCLUDE THE DUNS NUMBER FOR THE OFFICE OF THE FIRM PERFORMING THE WORK IN SECTION B.5. OF THE SF 330. Cover letters and extraneous materials (brochures, etc.) will not be considered. Questions concerning submissions should be directed to Sherry Turner at 912-652-5703. PERSONAL VISITS for the purpose of DISCUSSING this announcement WILL NOT BE SCHEDULED. THIS is NOT a REQUEST for a PROPOSAL.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=97202c24098da34338a94a589c9ee6e9&tab=core&_cview=1)
 
Record
SN01602877-W 20080629/080627220337-97202c24098da34338a94a589c9ee6e9 (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.