SOLICITATION NOTICE
R -- Military Construction (MILCON)Planning and Programming Support
- Notice Date
- 8/5/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Huntsville, US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
- ZIP Code
- 35807-4301
- Solicitation Number
- PR-W31RY081989417
- Response Due
- 8/12/2008
- Archive Date
- 10/11/2008
- Point of Contact
- Scott Micklewright, 256-895-1846
- Small Business Set-Aside
- Service-Disabled Veteran-Owned
- Description
- This a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This is a notice for a 100% Service Disabled Veteran Owned Business (SDVOB) Small Business acquisition. The U.S. Army Corps of Engineering and Support Center, Huntsville, anticipates awarding a contract for Military Construction (MILCON) Planning and Programming Support for Army Centralized Planning and Programming Support for MCA Program Office as defined in the below scope of work. This acquisition is 100% set-aside for Service Disabled Veteran Owned Business (SDVOB) small business. The associated NAICS code is 541330 (Engineering Services) with a size of $4,500,000.00. All responsible sources may submit at quotation, which will be considered by the agency. Quotes may be submitted in hard copy or electronically, either through regular mail, email, or by facsimile. Regardless of method of delivery, it is the offerors responsibility to ensure receipt of quotes by the time and date stated herein. Contractors shall submit a lump sum quotation to include all charges. Performance Work Statement: 1. STATEMENT OF PROFESSIONAL SERVICES. Services to be provided by the contractor under this contract includes: furnishing all materials, supplies, travel, labor and supervision necessary to accomplish the tasks identified herein associated with Army military construction (MILCON) programming support efforts. All of the information contained in the deliverable documents will be based on Government furnished materials and access to Army information systems specified herein. This effort will require direct and close coordination with HNC Contracting Officer (KO), and the Program Office staff, US Army Engineering and Support Center, Huntsville, hereafter referred to as the executing office. 2. PURPOSE. The purpose of this contract acquisition is for the contractor to provide subject matter expertise (SME) to specific Program Office Clients and Customers including Office Assistance Chief of Staff for Installation Management (ACSIM), Headquarter Installation Command (HQIMCOM), Army G-3/5/7 Director of Army Training, Headquarters US Army Corps of Engineers (USACE) in execution of specified planning activities, planning charrettes, installation planning board briefings, preparation, technical review and validation of DD Forms 1391 Project Documents (DD 1391), and related support related to Army MILCON projects. The contractors assignments will include interviewing installation staff representatives, research and gathering data to compile and document the project requirements for construction projects identified by the executing office. The overall intent of this effort is to prepare planning and MILCON programming documentation to meet future facility and mission requirements. 3. TASKS. 3.1 Real Property Planning and Programming Studies. The contractor will: 3.1.1 Provide planning analyses for current and future missions and re-stationing actions at specified installations across the Army IAW the FY10 FY 15 Program Objective Memorandum (POM). 3.1.2 Prepare planning documentation associated with MILCON project justification and programming requirements in accordance with AR 420-1 Army Facility Management. 3.1.3 Prepare facility utilization and reutilization studies to determine current and future facility allowances and requirements in support of MILCON programming documents. 3.1.4 Execute necessary project development and revision tasks on Army Information Management Systems including: 3.1.4.1 Program Administration Execution (PAX) System 3.1.4.2 Army Stationing and Installation Plan (ASIP) 3.1.4.3 PC Cost Module 3.1.4.4 Requirements Planning and Analysis System (RPLANS) 3.1.4.5 Installation Facilities Management (IFS) System 3.1.4.6 Facility Planning System (FPS) 3.1.5 The contractor shall conduct Seven (7) each Planning and Programming Studies. 3.2 Planning Charrettes. The contractor shall facilitate Planning Charrettes to include providing the following services: 3.2.1 Coordinate with Clients and Customers and the executing office to schedule and prepare for installation visits including: 3.2.2 Prepare briefing charts for In-Brief and Out-Brief associated with Planning Charrettes. 3.2.3 Facilitate the planning charrette responsible for facilitating the discussions, providing technical advice, interviewing the installation representatives, securing and obtaining all necessary data, cost estimates and needs for incorporation into the DRAFT DD Form 1391. Manage the meetings including developing the meeting agenda, list of requested attendees, distributing a meeting attendance roster, providing copies of briefing handouts, preparing meeting minutes disclosing major points of discussion, identified conflicts and problems, actions required by the appropriate action office with suspense dates, issues requiring policy decisions, findings of the OACSIM, if conducted. The meeting minutes shall be submitted to the executing office not later than 10 working days from the end of the planning charrette. 3.2.4 Conduct a site analysis of the proposed project site. This will be to determine the natural and special conditions, operational opportunities and constraints, assessing the topographical and vegetative characteristics, and to determine earthwork, clearing and grubbing quantities, distance to utility systems including (electric, water, sanitary sewer, telephone, natural gas). 3.2.5. Take at least four-color digital photographs of the project site at the baseline. 3.2.6 Prepare and submit to the installation master planner, a copy of the completed Basis of Estimate (BOE) for the project. Other deliverables as result of the planning charrette include copy of the meeting attendance roster, copy of the briefing charts. 3.2.7 Contractor shall conduct Seven (7) Planning Charrettes. 3.3 Preparation of the DRAFT DD Form 1391. The contractor shall: 3.3.1 Utilizing AR 420-1, AR 415-28 and Manuals for Standard Facility Designs and other appropriate documents needed to identify the standard facility criteria to be provided. Non-standard facility requests identified by the installation customer will be included in the DRAFT DD Form 1391 however, annotated using different font characters to clearly identify the need to obtain appropriate higher command approval prior to inclusion into the final version of the DD Form 1391. 3.3.2 Develop a detailed cost estimate including all primary and supporting facility costs for the project in the standard DD Forms 1391 format and the data structure provided by the execution office. The cost estimate will include all quantities in the appropriate unit(s) of measure in accordance with AR 415-28 and related PAMs. 3.3.3 Prepare two separate versions of a project DD Form 1391. The DRAFT version shall be provided within 30 days following the completion of the planning charrette. This document shall be submitted to the execution office in electronic format, not necessarily on the DD Form 1391 Processor System. The execution office will distribute the DRAFT DD Form 1391 to various reviewing agencies and the installation. Upon receipt of review comments, the execution office will forward all complied comments to the contractor for incorporation and development of the FINAL version of the project DD Form 1391. The FINAL version will be submitted to the executing office not later than 15 working days following receipt of comments. This document will be input into the DD Form 1391 Processor System under the PAX ID provided to the contractor by the execution office. 3.3.4 The contract will be responsible for development of all data and narrative paragraphs and TABs required to provide complete programming documents in accordance with OACSIM guidance and direction. The contractor will be responsible for coordinating with installation representatives to obtain data associated with the specific paragraphs including: 3.3.4.1 Facility requirements and capability statements will be provided by the installation master planner. 3.3.4.2 NEPA supporting documentation status and narrative statements will be provided by the installation environmental office. 3.3.4.3 Information Systems requirements and costs will be provided by ISEC and/or the installation Director of Information Management (DOIM). 3.3.5 Contractor shall prepare Twenty-One (21) each Draft DD Form 1391s. 3.4 Technical Review and Validation of MILCON Programming Documents. The contractor will execute review and evaluation of DD Form 1391s prepared by other activities against established standards and criteria provided by the Program Office. This review and validation process requires specific subject matter expertise (SME) performed by professionals experienced and knowledgeable of the Army MILCON planning and programming processes, policies and priorities. The comments will be annotated on the DD Form 1391s and will be constructive in nature. Specific cost analysis may be needed to provide a comparative analysis to support comments and project scope issues. The contractor will utilize all necessary Army data and information systems required to perform thorough complete critique of the programming documents. Validation of project documentation will be evaluated against existing Army criteria and programming standards and comments will provide complete reference to stated sources. 3.4.1 Contractor shall review and provide technical advice on Fifty (50) each DD Form 1391s. 3.5 Status Reports The contractor shall provide monthly status reports for each project effort to the executing office. The reports shall include the status gained from the previous reporting period (per cent of effort completed), issues and concerns being encountered, project milestone dates, issues requiring executing office attention. The status reports shall be submitted electronically to the points of contact provided by the executing office. 4. GOVERNMENT FURNISHED MATERIALS The executing office will provide the following materials to the contractor: 4.1 PAX System access. 4.2 Schedule dates and location of planning charrettes to be conducted. 4.3 Access to RPLANS; Facility Planning System (FPS), Army Stationing and Installation Plan (ASIP); and other appropriate Army information management systems. 4.4 Real Property Facilities Inventory data 5. OFFICIAL SITE VISITS/TRAVEL. The contractor shall travel as required at the direction of the HNC KO. The execution office will identify additional trips, which may be required. The time, date and location of all site visits will be coordinated with and agreed to by the contracting officer or the contracting officers representative prior to departure from the contractors home station. The Government has estimated travel for this contracting action to be at $13,700 and not exceeding 13 trips in total. Travel will be a separate line item in this award and will be set at Not To Exceed (NTE) $13,700 and will be paid out In Accordance With (IAW) with Joint Travel Regulations (JTR). 6. MEETING MINUTES AND MONTHLY REPORTS. The contractor shall be responsible for taking notes and developing meeting minutes for all significant meetings, interviews and significant phone conversations with representatives of installations, and/or and other related agencies. Copies of the minutes and memos shall be submitted via e-mail to the executing office POCs. 7. MEETINGS, SCHEDULE, AND DELIVERABLES. Narrative materials shall be developed in Microsoft Word or an equivalent software program. 8. PERIOD OF PERFORMANCE. The period of performance for executing this purchase order is highly dependent on the expedient nature of the highly visible tasks and support services required herein. Upon notification to proceed (NTP) the contract shall be authorized to execute specified tasks defined in accordance with this performance work statement and at the direction of the HNC KO. All actions associated with this contracting action will be completed within 12 months from the NTP. 10. EVALUATION FACTORS: The contract award will be offered to the best value offer made to the Government, considering technical significantly more important than past performance, and past performance significantly more important than cost. Contractor shall be familiar with and be able to use the Program Administration Execution (PAX) System and the DD1391 Processor Module within the PAX System. Contractor shall provide evidence of ability to create and revise DD Form 1391 programming documents using the DD Form Processor System. Contractor shall provide project number, program year, project title, and installation with a PDF file of 3 examples of DD Form 1391s they have prepared or revised. Contractor shall be familiar with all tabs within a DD Form 1391, and be able to create/revise Tab A, Tab C, Tab D and Tab E. Contractor shall demonstrate experience in the use of related DD1391 software to include PC Cost for Tab A cost estimates, and ECONPACK for Tab D economic analysis comparison of project alternatives with a PDF file of 3 examples of DD Form 1391s they have prepared or revised. Contractor shall be knowledgeable and have experience with Army Regulations (ARs) AR 415-15, AR 420-1, AR 350-19, and AR 415-28. Contractor shall provide resumes of personnel that will show experience in preparation of DD Form 1391s. Resumes shall demonstrate that personnel have the capability to commence work immediately to prepare DD Form 1391 programming documents acceptable for submittal to Congressional Approval Committees. Existing and future work loads preclude any time allowance for a learning curve for personnel. Contractor shall include a cost proposal which includes: the seven each studies, seven each planning Charrettes, twenty-one each draft DD 1391s, fifty DD1391 reviews, and travel at $13,700.00. Each area or task shall have fully burdened labor rates and categories per task. The labor categories are provided in the attachment. 11. GENERAL REQUIREMENTS: 52.212-3, Offeror Representation and Certifications, Commercial Items. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses and provisions can be accessed electronically at website, http://www.farsite.hill.af.mil. FAR 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212-2-Evaluation -Commercial Items; FAR 52.212-3 Offeror Representation and Certifications Commercial Items. FAR 52.212-4 Contract Terms and Conditions Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (Dev); FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; Affirmative Action For Workers With Disabilities; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR); FAR 52.252-2 Clauses to Incorporate by Reference; FAR 252.225-7002 Qualifying Country Sources of Subcontracting; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items FAR 252.232-7003, Electronic Submission of Payment Requests; FAR 252.247-7023 Transportation of Supplies by Sea. Response to this combined synopsis/solicitation must be received via email, fax, mail, or hand delivered by 12 August, 2008 no later than 4:00 PM local time at 4820 University Square NW Huntsville, AL 35816. Quotes should be marked with solicitation number: PR W31RY081989417 addressed to Ms. Merle Jones Contract Specialist, Phone (256) 895-1388, Fax (256) 895-1197, email address Merle.A.Jones@usace.army.mil. Vendors not registered in Central Contractor Registration (CCR) prior to award will not be eligible for award. Vendors may register for CCR by calling 1-800-334-3414 or register online at www.ccr.gov. Price proposals should be valid for 30 days.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=56480707bd0647f62087a014b670f017&tab=core&_cview=1)
- Place of Performance
- Address: US Army Corps of Engineers, Huntsville P. O. Box 1600, Huntsville AL
- Zip Code: 35807-4301
- Zip Code: 35807-4301
- Record
- SN01631280-W 20080807/080805221706-56480707bd0647f62087a014b670f017 (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 |