Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 02, 2014 FBO #4726
SOLICITATION NOTICE

C -- IDC for Cost Engineering for Various Civil Works, Environmental, DOE and Military Projects within the U.S. Army Corps of Engineers, Great Lakes and Ohio River Division

Notice Date
10/31/2014
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Huntington, ATTN: CELRH-CT, 502 8th Street, Huntington, WV 25701-2070
 
ZIP Code
25701-2070
 
Solicitation Number
W91237-14-R-0015
 
Response Due
12/2/2014
 
Archive Date
1/1/2015
 
Point of Contact
Ginny M Morgan, 304-399-5963
 
E-Mail Address
USACE District, Huntington
(ginny.m.morgan@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This contract is being procured in accordance with the Brooks A-E Act 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 cost engineering for projects assigned to Districts within the U.S. Army Corps of Engineers, Great Lakes and Ohio River Division geographical boundaries which include the Buffalo, Chicago, Detroit, Huntington, Louisville, Nashville and Pittsburgh Districts. The majority of the work under this contract will be completed within the boundaries of the Huntington District. Up to two indefinite delivery contracts (IDC) will be negotiated and awarded with a base year and four option years. Each contract amount will not exceed $5,000,000.00 over the life of the contract. Work will be issued by negotiated firm-fixed price task orders. 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; (5) and equitable distribution of work among the contractors. The contract is anticipated to be awarded in March 2015. North America Industrial Classification System (NAICs) code is 541330, which has a size standard of $15,000,000.00 in average annual receipts. 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 plan is not required with this submittal. Quality Control Plans will also be required at the time of award. To be eligible for contract award, a firm must be registered in the System Award Management (SAM). Register via the SAM website at https://www.sam.gov/portal/public/SAM. PROJECT INFORMATION: Work includes cost engineering, project management, acquisition management, scheduling, project controls, earned value management, and construction management services for civil works, customs and border protection, veterans administration, other IIS customers, military, and hazardous, toxic and radioactive waste (HTRW) projects. Work will require use of scheduling software, programs and project management systems, communications systems, databases, Second Generation MCACES (MII) cost estimating software developed by Project Time & Cost Inc. of Atlanta, Georgia, Crystal Ball Software for performing Cost Risk Analysis and Primavera project management software. Prospective firms must have experience in cost engineering services, project management, acquisition management, scheduling, project controls, earned value management, and limited construction management services for civil works, environmental, Department of Energy (DOE), Customs and Border Protection(CBP), other IIS customers, military projects, and to support other Federal agencies. SELECTION CRITERIA: The selection criteria are listed in descending order of importance (first by major criterion then by sub-criterion). Criteria A thru E are primary. Criteria F and G are secondary and will only be used as a tie-breaker among technically equal firms: (A) Professional Qualifications: The evaluation of professional qualifications will consider relevant experience, education, training, professional registration, organizational certifications and longevity with the firm. The firm should indicate professional registrations/licenses, certifications from commercial organizations, professional recognition, professional associations, advanced training and specific work experience of key personnel. Firms will be ranked on the above qualified registered professional personnel in the following key disciplines: subject matter experts in cost engineering, senior cost engineers, mid level cost engineers, cost engineers, project scheduling specialists, risk specialists, environmental engineers, civil engineers, cost engineer technicians and technical writers, project manager (engineers or team leaders), acquisition managers, and construction managers. (B) Specialized Experience: Firms must demonstrate experience on the following criteria/elements: (1) cost engineering for civil works, environmental, DOE, other IIS customers and military projects, project management, project controls, earned value management, scheduling, (2) use of required software such as Access Databases, Programs and Projects Management systems, MCACES (MII), Crystal Ball Software and Primavera project management software. (C) Capacity: Capacity of the firm to perform up to $2,400,000.00 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. The firm should have one point of contact for this contract and demonstrate past/projected-working relationships with subcontractors. Subcontracting with firms with specialized experienced areas is encouraged. Include an organization chart of the key personnel to be assigned to the project. Firms should demonstrate strong ability to provide comprehensive program and project management for complex work; strong ability to provide comprehensive technical support; ability to provide necessary personnel for expedited, complex and unexpected work; ability to initiate, manage and complete multiple concurrent task orders; ability to meet unforeseen schedule changes and maintain delivery of a quality product on a timely schedule. (D) Past Performance: Past Performance during the past 5 years on similar contracts with respect to cost control, quality of work, ability to work independently and compliance with performance schedules as determined from Past Performance Information Retrieval System (PPIRS) and other sources. The 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) Small Business Participation: All Offerors (both large and small businesses) are required to complete a Small Business Participation Plan, as outlined below. Offerors should propose the level of participation of small businesses (as a small business prime and/or small business subcontractor) in the performance of the total contract/acquisition value relative to the objectives/goals set forth in this evaluation factor. (a) Check the applicable size and categories of the PRIME offeror only. ( ) Large Prime Or ( ) Small Business Prime (indicate any applicable sub-category(s) listed below) ( ) Small Disadvantaged Business (SDB) ( ) Woman-Owned Small Business (WOSB) ( ) Historically Underutilized Business Zone Small Business (HUBZ) ( ) Service-Disabled Veteran-Owned Small Business (SDVOSB) (b) Submit a total combined percentage of work to be performed by both large and small businesses of the total contract value (include the percentage of work to be performed both by Prime and Subcontractors): Total Proposed Acquisition: Total % planned for Large Business performance _______% Total % planned for Small Business performance _______% (When combined, large and small business total must equal 100%) (c) Indicate the total percentage of participation to be performed by each type of small business sub-category, if applicable. (If a small business qualifies in multiple categories, include it in multiple categories below): Small Disadvantaged Business (SDB) ______% Woman-Owned Small Business (WOSB) ______ % Historically Underutilized Business Zone Small Business (HUBZ) ______% Service-Disabled Veteran-Owned Small Business (SDVOSB) ______% (d) List principle supplies/services to be provided /performed by Small Businesses. If a small business qualifies in multiple categories, list in multiple lines below: Name of Company: ____________________________________________ DUNS Number: ______________________________________________ Type of Service/Supply: _______________________________________ Small Business(s):______________________________________________________________________________ Small Disadvantaged Business(s):____________________________________________________________________ _______________ Woman-Owned Small Business(s):____________________________________________________________________ _______________ Historically Underutilized Business Zone Small Business(s):____________________________________________________________________ _______________ Service-Disabled Veteran-Owned Small Business:_____________________________________________________________________________________ (e) Describe the extent of commitment to use small businesses in this procurement (for example: small business prime, written contract, verbal agreement, joint venture arrangement, mentor-prot g business relationship, etc.) Goals for this procurement are: Small Business Overall: 10% of the total contract value Small Disadvantaged Business (SDB): 2% of the total contract value Woman-Owned Small Business (WOSB): 3% of total contract value Historically Underutilized Business Zone (HUBZone) Small Business: 3% of total contract value Service Disabled Veteran Owned Small Business (SDVOSB): 2% of total contract value. Note: A participation plan which reflects 3% of the contract value for HUBZone firms, for example, would also count toward the overall Small Business Goal. This applies to all subcategories. (F) Geographic Knowledge and Proximity: Knowledge of the geographical and geological features, construction and material standards and construction and permits and licenses for areas in the Great Lakes and Ohio River Division. Location of the firm in the general geographical area of the Huntington District headquarters. (G) 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 Small Business and Small Disadvantaged Business. SUBMISSION REQUIREMENTS: Responses shall reference the solicitation number assigned to this procurement on the face of the envelope/package containing the proposal. Interested firms having the capabilities to perform this work must submit three copies of SF 330 Part I and three copies of SF 330 Part II for the prime firm and all consultants to the above address not later than 4:30 p.m. on December 2, 2014. Offerors shall also submit one copy of the submitted package on a CD or DVD, in a searchable PDF format. Include the firm's DUNS number in SF 330, Part II, Block 4. Facsimile or electronic 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 request for proposal. The Contract Specialist responsible for this procurement is Ginny M. Morgan, ginny.m.morgan@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA69/W91237-14-R-0015/listing.html)
 
Place of Performance
Address: USACE District, Huntington ATTN: Ginny Morgan, CELRH-CT, 502 8th Street Huntington WV
Zip Code: 25701-2070
 
Record
SN03563770-W 20141102/141031234501-b570ebd8fc850da0f7c80c4542fbf439 (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.