SOLICITATION NOTICE
C -- Indefinite Delivery AE Contract for Value Engineering Services for SWF, U.S. Army Corps of Engineers
- Notice Date
- 8/19/2008
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Fort Worth, US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
- ZIP Code
- 76102-0300
- Solicitation Number
- W9126G08R0189
- Response Due
- 9/18/2008
- Archive Date
- 11/17/2008
- Point of Contact
- Karen R. Smith, 817-886-1058<br />
- Small Business Set-Aside
- Total Small Business
- Description
- 1. CONTRACT INFORMATION: a. General: This acquisition is being procured in accordance with PL-582 (Brooks A-E Act) and implemented in FAR Part 36.6. Firms having substantially created any of the underlying documents related to this solicitation shall be precluded from submitting a statement of qualifications. Services are required for facilitation, coordination, scheduling, administration, and staffing workshops for civil, military, and environmental programs and projects at various locations within the aligned boundaries of the SWF customers. North American Industrial Classification System(NAICS)Code applicable to this project is 541330, Engineering Services, which has a size standard of $4,500,000 in average annual receipts and corresponds to SIC Code 8711. This announcement is Small Business Set-Aside (SBSA). This acquisition is subject to the Vietnam Era Veteran's Readjustment Assistance Act of 1972 and the Veterans Employment Opportunities Act of 1998. Any contractor awarded a contract under this solicitation will be required to submit a current VETS 100 Report. EVALUATION PREFERENCE USING CASCADING APPROACH. The Government plans to use the cascading approach on this requirement. The requirement is offered to all qualified concerns and proposals will be considered using a cascading order of preference. Each tier will be evaluated using the procedures outlined below. A determination that no firms are highly qualified will be made before the next tier is evaluated. First Tier. It is the intent of the Government to award a contract to an eligible small business firm provided that five highly qualified firms submit SF 330's and award can be made at a fair market price. Last Tier. If circumstances do not permit award to any small business firms, the Government intends to award to large business concerns provided that five highly qualified firms submit a SF 330 and award can be made at a fair and reasonable price. The contracts will be firm-fixed price. Two IDIQ contracts will be awarded from this announcement for a cumulative amount of $3,000,000 with a Minimum Guarantee amount of $5,000 for a term not to exceed five years for each contract. The contracts are anticipated to be awarded on or about April 2009. Projects to be contracted are not yet determined and funds are not presently available. The firms selected must be capable of responding to and working on multiple task orders concurrently. If a large business firm is selected from this announcement, it must comply with the FAR 52.219-9 clause regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for the Fort Worth District which will be considered in the negotiation of this acquisition are: (1) at least 70% of a contractors intended subcontract amount be placed with small businesses (SB); (2) at least 6.2% of a contractors intended subcontract amount be placed with small disadvantaged businesses (SDB); (3) at least 7% of a contractors intended subcontract amount be placed with women-owned SB (WOSB); (4) at least 3% of a contractors intended subcontract amount be placed with Veteran-Owned VOSB; (5) at least 9.8% of a contractors intended subcontract amount be placed with HUB Zone SB and at least 0.9% to Service-Disabled Veteran-Owned Small Business (SDVOSB). Written justification must be provided if the minimum small business goals cannot be met. The Small Business Subcontracting Plan will be evaluated in accordance with AFARS 19.7, Appendix DD. The plan is not required as part of this submittal, but will be required with the fee proposal if any large business firms are selected for negotiations. Before a small disadvantaged business is proposed as a potential subcontractor, they must be certified by the U.S. Small Business Administration and registered in the Central Contractor Registration (CCR) database. NO STATE LEVEL certifications will be accepted. Failure of a proposed small disadvantaged business to be certified by the U.S. Small Business Administration at the time the SF 330 is submitted will result in their elimination as a proposed subcontractor. The Service Contract Act will apply to this acquisition. The proposed services may include a time and materials line for construction phase services. To be eligible for contract award, a firm must be registered in the CCR. Register via the CCR Internet site at http://www.ccr.gov. 2. PROJECT INFORMATION: No specific projects are identified at this time. The A-E shall have extensive knowledge and experience in conducting charrettes, value engineering studies, request for proposal reviews, risk assessment workshops, other project planning and management workshops, facilitation and administration. 3. SELECTION CRITERIA: The selection criteria for this particular project are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria (a)-(d) are primary criteria and items (e)-(h) are secondary and are used as tie-breakers among technically equal firms. (a) Professional Staff: The selected firms must provide Certified Value Specialists, technical and administrative team members: (i) Value Specialists: Firms shall provide at least three (3) Certified Value Specialists (CVSs). (ii) Technical Team: Firms must provide at least three (3) of each of the following: architects, civil engineers, structural engineers, electrical engineers, mechanical engineers, and cost estimators. None of the required personnel can be dual disciplined, i.e. a separate employee must be provided for each stated requirement above to meet the number required. (iii) Administrative Staff: Firms shall provide at least three (3) technical recorders. (b) Specialized Experience and Technical Competence: Firm must demonstrate recent (within the past 5 years) significant experience and have the capacity to use specified software. (i) Previous Project Experience: It is suggested that Block 8 of the SF 330 be modified to include only one relevant project per page in order to clearly describe the scope of the project and demonstrate that the proposed team has previously worked together successfully, etc. Do not exceed ten pages for Block 8. (ii) Certified Value Specialists: Firms shall provide resumes in the SF 330 for three (3) Certified Value Specialists. Resumes must be limited to include only relevant professional and specialized experience in value management, charrette, and project team meeting facilitation. The description of the professional and specialized experience shall include the results of the workshop/charrette. At least one (1) Certified Value Specialist must be skilled in leading LEED certification reviews. (iii) Technical and Administrative Team Members: Firms shall provide resumes in the SF 330 for each technical and administrative team member (three (3) architects, civil engineers, structural engineers, electrical engineers, mechanical engineers, cost estimators, and technical recorders). Technical team members with the exception of the technical recorders must be professionally registered engineers or architects, or have a minimum of five years of experience with demonstrable experience and training in value engineering. The technical expertise required for team members will vary depending on the needs and nature of the program or projects. (iv) Software: Firms must demonstrate the ability to prepare construction cost estimates using Government-utilized software. Reports shall be prepared with Microsoft Word for narrative text and Excel for Value Engineering proposal workbooks. Dr. Checks may be used for review of draft documents. c. Ability to Conduct Multiple Workshops Concurrently: Firms must have the ability to accomplish three (3) workshops at various locations concurrently during one week and conduct three (3) more workshops the following week for sustained periods of time. d. Ability to Perform Work within USACE Schedules: Firm must be capable of completing all planning, coordinating, and staffing workshop activities within two weeks time. Contractors must be capable of completing the draft report within one week of completion of the workshop or charrette. Contractors must be capable of providing a final report within one week of receipt of comments on the draft report. Contractor must be capable of providing data on a monthly basis for upward reporting. The following, items (e) through (i), are secondary criteria: (e) Demonstrate past performance with respect to maximizing acceptance of cost saving and qualitative proposals, overall quality of work, and compliance with performance schedules. (f) Demonstrate past performance in preparing DOD, preferably Corps of Engineers, value engineering studies or charrettes. (g) Geographical Location: Firms should show familiarity with the Texas, New Mexico, Louisiana and Oklahoma areas and their applicable architecture, building codes, environmental regulations, seismic requirements and regulatory agencies. (h) Volume of DOD contract awards: In Block No. 10 of the SF 330, firms must show their last 12 month's DOD awards stated in dollars. (i) In Block No 10 of the SF 330, include a draft Design Quality Control (DQC) Plan: It should include a brief presentation of internal controls and procedures that you use to insure that a quality product is produced. 4. SUBMITTAL REQUIREMENT: Submittals shall be sent to: US Army Corps of Engineers, Attn: Karen R. Smith, Room 2A19, 819 Taylor Street, Fort Worth, Texas 76102-0300 (P.O. Box 17300). (a) Interested firms (single firms or joint ventures) having the capabilities to perform this work must submit two copies of an SF 330 (6/2004 Edition), to the above address not later than 3:00 p.m. (Central Time) on the response date indicated above. If the response date is a Saturday, Sunday or Federal Holiday, the deadline is 3:00 p.m. of the next business day. Late proposal rules found in FAR 15.208 will be followed for late submittals. (b) Submit a compiled SF 330, Part I from the prime for the design team, completed in accordance with the SF 330 instructions and additional instructions herein. It must contain information in sufficient detail to identify the team (prime, other offices of the prime firm and sub-consultants) proposed for the contract. Do not include company literature with the SF 330 (c) Use no smaller than 10 font type using standard English. Front and back side use of a single page will count as two pages. Pages in excess of the maximums listed will not be used in evaluation of the selection criteria. Foldouts are not allowed and shall not be considered. SF 330, PART I ADDITIONAL INSTRUCTIONS: (a) In Section C, identify the discipline/service to be supplied by each consultant; (b) In Section E, provide brief resumes of the on-staff or sub-consultant employees you intend to use to perform the work. Resumes must be submitted for each employee required to meet the minimums stated above in paragraph 3b; (c) In Section F, a maximum of 10 projects including the prime and sub-consultants will be reviewed. Use no more than one page per project; (d) In Section G, Block 26, include the firm and location the person is associated with. The names of all individuals included in the resumes in Section E shall be listed in Block G-26 along with their firm location and their roles even if example project experience in Block G-29 is not applicable. Also include team Project Organization Chart in Part I, Section D indicating how each firm on the proposed team (prime and each subcontractor as identified in Part I, Section C) integrates into the composite team; (e) In Section H, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3, Selection Criteria, of this synopsis. When addressing team capabilities; clarity planned capability, existing capability, and prior experiences, if any. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific selection criteria listed in Section 3 herein. Under paragraph 3g, above, provide an itemized summary of DOD awards to include Agency, Contract Number/Task Order No., and Project Title and amount. Note that award of Indefinite Delivery Contracts should not be counted as award amounts; only actual Task Orders. (This information will be used as a primary selection factor for specialized experience and secondary selection factor, volume of award. Generally, describe the firms overall Design Quality Management Plan (DQMP). (A project-specific detailed design quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission). Indicate the estimated percentage involvement of each firm on the proposed team. PART II, ADDITIONAL INSTRUCTIONS. Responding firms must submit a copy of a current (signed within the past 12 months) and accurate SF 330, Part II for themselves and each proposed consultant even if an SF 330, Part II is already on file. All SF 330, Part IIs must be signed with an original handwritten signature and dated. No electronic or typed signature will be accepted. SF 330, Part II shall be provided for the specific prime, other offices of the prime and subcontractor offices proposed to perform the work. Indicate in Block 3b of each SF 330, Part II if the firm is a Large, Small and Disadvantaged or Woman-Owned Small Business. To be classified as a small business, a firms average annual receipts or sales for the preceding three fiscal years must not exceed $4.5 million. (c) Submit only one compiled SF 330, Part I for the design team, completed in accordance with the instructions. It must contain information in sufficient detail to identify the team (prime, other offices of the prime firm and consultants) proposed for the contract. The firms shall not include company literature with the SF 330. (d) In Block No. 4 of the SF 330, Part II, provide the Data Universal Numbering system (DUNS) number issued by Dun and Bradstreet Information System (1/866-705-5711) for the prime A-E or Joint Venture. The DUNS number must be for the firm or joint venture performing the work (i.e., not the parent company DUNS number, but a DUNS number specifically for the office performing the work). Each branch office and/or joint venture must have their own DUNS number. (e) In Block C of the SF 330, Part I, identify the discipline/service to be supplied by each consultant. Provide brief resumes in Block E of the on-staff or consultant employees you intend to use to perform the work. Resumes must be submitted for each employee required to meet the minimums stated above in paragraph 3b. (f) In Block G-26, along with the name, include the firm/location the person is associated with. (g) A maximum of 10 projects including the prime and consultants will be reviewed in Part I, Block F. Use no more than one page per project. (h) In Block H of the SF 330, Part I, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3, Selection Criteria. When addressing Team capabilities clarify planned capability, existing capability, and prior experiences, if any. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific selection criteria listed in Section 3. (i) Describe the firms overall Design Quality Management Plan (DQMP). (A project-specific design quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission.) Indicate the estimated percentage involvement of each firm on the proposed team. Do not exceed twenty pages for Block H. Use no smaller than 12 font type. Front and back side use of a single page will count as 2 pages. Pages in excess of the maximum will be discarded and not used in evaluation of the selection criteria. (j) Personal visits to discuss this announcement will not be allowed. (k) Phone calls are discouraged unless absolutely necessary. (l) Solicitation packages are not provided for A-E contracts and no additional project information will be given to firms during the announcement period. Facsimile transmissions will not be accepted. Points of Contact: Contracting Karen R. Smith,(817) 886-1058, Technical Jessica Napier (817) 886-1383, e-mail your questions to US Army Engineer District, Fort Worth at: karen.r.smith@usace.army.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=556d2070fdbac1c9ac24ed9e0be59c8d&tab=core&_cview=1)
- Place of Performance
- Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX<br />
- Zip Code: 76102-0300<br />
- Zip Code: 76102-0300<br />
- Record
- SN01645234-W 20080821/080819224535-556d2070fdbac1c9ac24ed9e0be59c8d (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 |