Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2009 FBO #2947
SOLICITATION NOTICE

C -- CONSTRUCTION ENGINEERING SERVICES FOR VARIOUS CIVIL WORKS, ENVIRONMENTAL, DOE & MILITARY PROJECTS ASSIGNED TO USACE, HUNTINGTON DISTRICT, GREAT LAKES AND OHIO RIVER DIVISION AND SUPPORT FOR OTHERS THROUGH THE DEPARTMENT OF ENERGY (DOE).

Notice Date
12/17/2009
 
Notice Type
Presolicitation
 
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
W91237-10-R-0005
 
Response Due
1/15/2010
 
Archive Date
3/16/2010
 
Point of Contact
Ginny M Morgan,.
 
E-Mail Address
US Army Engineer District, Huntington
(ginny.m.morgan@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act (PL 92-582) as implemented in FAR Subpart 36.6. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work. The services will consist of construction and engineering services to support the development of various projects within or assigned to the Huntington District, US Army Corps of Engineers, Great Lakes and Ohio River Division and work for others through the Department of Energy (DOE). Up to two indefinite delivery contracts 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 first contract is anticipated to be awarded in March 2010. One of the two contracts will be awarded initially. The remaining contract may be awarded within 12 months depending on workload and contracting requirements. The remaining contract, if awarded, will also have a base period not to exceed one year with up to four additional option periods not to exceed one year each. The criteria to be used in allocating task orders among the contracts will be based on the following: (1) contract minimums - task orders will be distributed to assure the guaranteed minimums are met; (2) past performance on previous task orders - the quality and timeliness of work delivered on prior jobs under the current contract; (3) current capacity to accomplish the task order in the required time; (4) unique specialized experience; and (5) equitable distribution of work among the contractors. 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 subcontracting 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 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 work). To be eligible for contract award, a firm must be registered in the DOD Central Contractor Registration (CCR). Register via the CCR Internet site at: http://www.ccr.gov. PROJECT INFORMATION: The work and services to be accomplished will consist of providing, on an individual task order basis, highly technical and specialized training and experience in nuclear and environmental engineering and construction disciplines for performing the following functions for engineering and construction of multi-million dollar facilities and for decommissioning, demolition, and environmental remediation projects. Project Management support services could include the following tasks or products: Oversight, review and analysis of contractors performance to include: Cost and Schedule progress, Project Management Control Systems and Data Quality, Environment, Safety, Health and Regulatory Compliance, Project Risk Management, Quality Control and Quality Assurance, Baseline Review and Change Control, Engineering & Design, Technical Readiness and Constructability Reviews, Value Engineering, Construction Management, Cost Estimation and Schedule Development, Technical Support, Contract Packaging, Contract Sequencing, and Contract Delivery Approach, Contract Modifications, Claims Avoidance and Mitigation, Requests for Equitable Adjustment, Technical Support for Estimating and Negotiation and Fiscal Management. There will be a requirement for capacity to field multiple teams of up to 15-20 highly trained individuals in multi-disciplines to perform engineering and construction services within a 3 to 12 month time frame at multiple sites. Team members shall be fully trained in various engineering and construction functions associated with the design and construction of larger scale civil works, environmental, and DOE Cleanup and construction projects. Team members are also required to have senior level experience in the environmental and construction engineering fields and be professionally licensed engineers with certifications in engineering and construction. Also, team members should be able to obtain DOE clearances to work on DOE project sites. The firm shall have the capacity to field three to five teams consisting of 10 to 20 individuals at any given time to accomplish and achieve customer contractual commitments and schedule deadlines. The firm performing the work will be required to have senior level management that has the capability to manage multiple tasks/projects within very stringent time frames. Individuals shall be trained in Computer-Aided Design and Drafting (CADD), QC/QA construction inspection, Construction Safety, Design and Geotechnical Software, MCACES, MII, Primavera Scheduling Software, Microsoft Professional, Microsoft Access and Acrobat Reader-Writer for the publication of documents and cost estimates. The firm will be required to provide the appropriate personnel, materials, equipment, management, quality and cost controls to perform all phases of engineering and construction services to include, but not limited to, planning engineering investigations/studies; designs; reports; construction plans and specifications; cost estimates; general construction and engineering type surveys; and related services; CADD; construction inspection/quality assurance and startup/commissioning of facilities. Work shall be accomplished in full compliance with established Corps of Engineers and /or Department of Energy manuals, policies, standards and practices and other professional practices and standards as necessitated by project conditions or job requirement. Drawings must be prepared on a CADD System (the tri-Services CADD Standards) and must be 100% compatible with Intergraph CADD system or translated at 100% compatibility for the A-E. Capability for scanning hard copy into the CADD and 3D design are also preferred. Work may require using the metric system. All work shall be prepared to be compatible with MS Windows and all specifications shall use SPECSINTACT format. Prospective firms must have experience in all aspects of engineering and construction services for civil works, environmental, DOE and military projects. SELECTION CRITERIA: The selection criteria are listed in descending order of importance (first by major criterion then by sub-criterion). Criteria A. thru F. are primary. Criteria G is secondary and will only be used as a tie-breaker among technically equal firms: (A) Professional Qualifications for the following key disciplines: nuclear engineering, environmental engineering, civil engineering, project management (engineers or team leaders), construction managers (team leads or QA/QC engineers), subject matter experts in cost engineering, project scheduling specialists, risk specialists, cost engineer technicians and technical writer. Each disciple 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: The firm must demonstrate experience in the following: (1) Nuclear engineering, construction management and quality control and assurance for civil works, environmental, DOE and military projects, (2) Large/Complex petro-chemical production/processing plants, off-shore rigs, refineries, pharmaceutical plants, and production/processing plants, (3) Project Management and Engineering and Design experience for civil works, environmental, DOE and military projects, (4) cost engineering and cost estimating for civil works, environmental, DOE and military projects and (5) Software Requirements: All drawings and exhibits for design work, surveying work, drawings, maps, and details to be provided under this contract shall be accomplished and developed using CADD software and procedures conforming to the following criteria: Data submitted by the Contractor must be 100% compatible with or must be translated to 100% compatibility. The phrase 100% compatible means data can be accessed directly by the target CADD system without translation, preprocessing or post processing of the electronic digital data files. It is the responsibility of the contractor to ensure this level of compatibility. The target CADD platform is a Generic Personal Computer (PC) running Windows 2000 Professional operating system. The target CADD system shall include, but not be limited to, the following software applications: (1) A/E/C CADD Standard Release 3.0 September 2006, (2) Bentley ProjectWise V8 XM Edition Version 8.9, (3) Bentley Microstation V8 XM Edition Version 8.9, (4) Bentley Microstation Iras B XM Edition Version 8.9, (5) Bentley Microstation Descartes XM Edition Version 8.9, (6) Bentley InRoads Suite XM Edition Version 8.9, (7) Bentley ProjectWise InterPlot Server and Client V8 XM Edition Version 8.9, (8) Bentley InterPlot Raster Offline Driver Pack Version 2.1, (9) NetSPEX Designer Version 3.0.225, (10) Windows XP Professional operating system, (11) Microsoft Office Suite 2003, (12) Winzip version 10. MCACES (MII) developed by Project Time & Cost, Inc., Crystal Ball Software developed by Oracle and Primavera project management software developed by Oracle. (C) Capacity: Capacity of the firm to perform up to $5,000,000.00 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, DOE and other contracts with respect to cost control, quality of work and compliance with performance schedules as determined from PPIRS and other sources. The Past Performance Information Retrieval System (PPIRS) is the primary source of information on past performance. However, any credible, documented evaluations may be considered, but the government is not required to seek other information on the past performance of a firm if none is available from PPIRS. (E) Equitable Distribution of DoD contracts: Volume of DoD A-E contract awards in the last 12-months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including SB and SDB, (F) SB and SDB Participation: The extent of participation of small businesses (including women-owned, HUBZone, small disadvantaged and service disabled veteran-owned businesses) 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 (G) Geographic Proximity: Location 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 January 15, 2010. Include the firms DUNS number in SF 330, Part II, Block 4. In addition, all firms must describe their overall Quality Management Plan. A project-specific quality control plan must be prepared and approved by the Government as a condition of contract award but is not required with this submission. Also indicate the estimated percentage involvement of each firm on the proposed team and include an organization chart of key personnel to be assigned to the contract. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. This is not a proposal. Please do not register at the Huntington District website. Only timely SF 330s will be considered. The Contract Specialist responsible for this procurement is Dianne.W.Hall@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA69/W91237-10-R-0005/listing.html)
 
Place of Performance
Address: US Army Engineer District, Huntington CELRH-CT, 502 8th Street Huntington WV
Zip Code: 25701-2070
 
Record
SN02026991-W 20091219/091217235503-fbdd6c23165930f68df4ecd96f8a251f (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.