Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2011 FBO #3659
DOCUMENT

C -- AE IDIQ Cost Engineering and Value Engineering Services, NAVFAC SW - Attachment

Notice Date
11/29/2011
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
N62473 NAVFAC SOUTHWEST, CAPITAL IMPROVEMENT CONTRACT CORE Attn: Code RAQ20 1220 Pacific Highway San Diego, CA
 
Solicitation Number
N6247312RCOST
 
Response Due
12/14/2011
 
Archive Date
1/14/2012
 
Point of Contact
Laurel Colon, Contract Specialist
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis announcement, a market survey for information to be used for preliminary planning purposes. The information received will be used within the Navy to facilitate the decision making process and will not be disclosed outside of the agency. A decision will be made whether to issue the proposed solicitation as a competitive set-aside for Small Business, U.S. Small Business Administration (SBA) certified 8(a), SBA certified HUBZone, and/or Service-Disabled Veteran-Owned Small Businesses, or whether to issue as full and open competition (unrestricted). No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of the evaluation. Naval Facilities Engineering Command Southwest is seeking Small Business, SBA certified 8(a), SBA certified HUBZone, and/or Service-Disabled Veteran-Owned Small Business sources with current relevant experience, personnel, and capability to perform the Architect/Engineering (A/E) services required for a firm fixed price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Cost and Value Engineering Services at various Navy and Marine Corps Facilities in California, Arizona, Nevada, Colorado, New Mexico and Utah. The preponderance of the work will be in California. Required services are for Cost and Value Engineering services for new construction, renovation/alteration, repair, and maintenance projects, with Architectural and Engineering support. Cost Engineering shall be in support of Studies, Surveys, Analyses, Reports, RFP's, Designs, and Change Orders. All Cost Estimates, including Value Engineering estimates, shall be prepared in the Work Breakdown Structure, Uniformat II, and CSI formats in excel spreadsheets, and/or cost estimating programs such as SUCCESS, and PACES. Units of measurement may require either Metric or English system. Cost Estimates shall be prepared and validated through site/field investigations, studies, surveys, analyses, reports, schematic layouts/sketches, and program requirements for engineering and architectural work elements. All studies, surveys, analyses, reports, schematic layouts/sketches, and program requirements shall be in a format suitable for inclusion and preparation of Part 3 and/or Part 6 of a DB RFP. Services may include construction cost reduction evaluations and recommendations; bid analyses and verifications; validations of DD Form 1391 scope/cost estimate; peer review of cost estimates; review/analysis of contractor change order cost proposals; and assistance with claims, litigations, and negotiations with boards/committees. Services may include the preparation of project schedules and construction cost loaded schedules using Microsoft Project and Primavera (P6), respectively. Value Engineering (VE) services shall include facilitating and forming multi-discipline technical teams to conduct VE and/or Function Analysis Concept Development (FACD) Workshops for variety of projects. Services in support of VE and FACD Workshops may include site investigations; preparation and/or review of engineering studies/reports; cost estimates; facility and infrastructure assessments; risk assessments; Life Cycle Cost and/or Total Ownership Cost analyses; and schematic layouts/sketches. The North American Industry Classification System (NAICS) Code is 541330 (Engineering Services) with a Small Business Size Standard of $4.5 million. The proposed contract will be for one base year with 2 one-year renewable options, resulting in the contract performance period of maximum 3 years. The estimated total contract price for the base year and all option years combined is $5,000,000. The maximum value of individual task orders would be $1,500,000. Interested Small Business, SBA certified 8(a), SBA certified HUBZone, and/or Service-Disabled Veteran-Owned Small Business sources are invited to respond to this sources sought announcement by completing the following sections of the SF330 Architect-Engineer Qualifications in the following manner: Part 1 “ Contract Specific Qualifications: Complete Section A “ Contract Information. Complete Section B “ A-E Point of Contact. In addition to name of firm in Block 5, provide your firm ™s Dun and Bradstreet Number (DUNS) and state if your firm is SBA Certified 8(a), SBA Certified HUBZone, SDVOSB, or Small Business. Section E “ Resumes: Provide a total of 3 resumes for key personnel that would be responsible for completing the required services. The firm must have a cost engineer on staff that is certified by one of the following organizations: American Association of Cost Engineers (AACE), Certified Professional Estimators (CPE) or American Society of Professional Estimators (ASPE). Section H “ Additional Information: On a maximum of two pages, list a maximum of ten specific, completed, recent (within past 3 years) projects that demonstrate experience in the required services. List each project by a brief paragraph listing the project title, location, cost, completion date and how each project reflects experience in the required services. Again, each project shall be one paragraph in length. Section H “ Additional Information: On a maximum of one page, provide two brief paragraphs, one addressing Location and one addressing Capacity. Entitle the first paragraph "Location" and within that paragraph indicate the location of the firm ™s main offices and branch offices, and describe the team ™s knowledge and availability to work in the proposed geographical area. Entitle the second paragraph "Capacity" and within that paragraph indicate the number of employees within the firm responsible for cost engineering and/or value engineering services. The Offeror/Contractor must demonstrate adequate in-house staffing capable to self-perform at least 50 percent of the cost of the contract as required by FAR Clause 52.219.14 (b)(1) Limitation on Subcontracting. Section I “ Authorized Representative: Ensure the authorized representative of the firm signs the page attesting to the information provided in the sources sought response. Responses to this Sources Sought announcement are due no later than 2:00 p.m. (local time) on Wednesday, December 14, 2011. Please address your response to Naval Facilities Engineering Command Southwest, Attn: Laurel Colon, Code RAQ20.LC, 1220 Pacific Highway, San Diego, CA 92132-5190. You may also email your response, in a PDF format, to laurel.colon@navy.mil. Facsimile submittals will not be accepted. Responses received after the deadline or without the required information shall be considered unacceptable and will not be considered. All NAVFAC Southwest solicitations are posted on the Navy Electronic Commerce Online (NECO) website at https://www.neco.navy.mil and begin with "N62473." Additional Info: SF 330 Sources Sought Form is attached to this notice https://www.neco.navy.mil Contracting Office Address: N62473 - NAVFAC SOUTHWEST, CAPITAL IMPROVEMENTS CONTRACTS CORE, Attn: Code RAQ20, 1220 Pacific Highway, San Diego, CA 92132 Point of Contact(s): Laurel Colon, Contract Specialist, Email: laurel.colon@navy.mil; 619-532-4514.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711AC/N6247312RCOST/listing.html)
 
Document(s)
Attachment
 
File Name: N6247312RCOST_SOURCES_SOUGHT_CostValueEngrg_11-29-11.docx (https://www.neco.navy.mil/synopsis_file/N6247312RCOST_SOURCES_SOUGHT_CostValueEngrg_11-29-11.docx)
Link: https://www.neco.navy.mil/synopsis_file/N6247312RCOST_SOURCES_SOUGHT_CostValueEngrg_11-29-11.docx

 
File Name: N6247312RCOST_SF330_for_Sources_Sought.pdf (https://www.neco.navy.mil/synopsis_file/N6247312RCOST_SF330_for_Sources_Sought.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N6247312RCOST_SF330_for_Sources_Sought.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 1220 Pacific Highway, San Diego, CA
Zip Code: 92132
 
Record
SN02629769-W 20111201/111129234000-0ec74b269f00f65bc6dfb821122eef61 (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.