Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2016 FBO #5200
SOLICITATION NOTICE

C -- Value Engineering/Value Management IDIQ

Notice Date
2/16/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-16-R-0011
 
Archive Date
4/1/2016
 
Point of Contact
Keith Westry, Phone: 7572017035
 
E-Mail Address
Keith.O.Westry@usace.army.mil
(Keith.O.Westry@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Value Engineering/ Value Management Indefinite Delivery Contracts In Support of Military In the Norfolk District and Department of Defense Background : Value Engineering and/or other Value Management Professional services are being procured in accordance with PL92-582 (Brooks AE Act) and FAR Part 36, as required for design support primarily for projects within or assigned to the Norfolk Districts Area of Responsibility, U.S. Army Corps of Engineers (USACE) or within the Department of Defense. Contract capacity may be shared with other Department of Defense Agencies or USACE Districts upon approval by Contracting Officer and acceptance by Contractor. a. The Scope of this solicitation will encompass Value Engineering Services for a broad variety of major repair, modification, rehabilitation, alternatives, and new construction projects primarily in support of the Department of Defense and associated agencies. The type of work performed will be for secure and non secure sites. This will be a firm fixed price contract. The contractor shall provide all labor, supervision; engineering and management, materials, equipment, tools, supplies and transportation to perform all work required to complete the work. Firms will be selected for negotiation based on demonstrated competence and qualification for the required work. All work must be performed by or under the direct supervision of licensed p r ofessional Architects or Engineers. The Contractor will be required to respond rapidly to Government requirements with outstanding professionalism and top quality craftsmanship, without compromising professional standards, current mission requirements, and end user readiness. It is imperative that the Contractor provides a flexible and multi-disciplined work force of the highest quality. b. One indefinite delivery contract (IDC) will be negotiated and awarded, with a five (5) year base period with no option years. The total amount for this solicitation will not exceed $5,000,000 over the five (5) year period. Each task order issued shall be firm-fixed price (as negotiated). Funding shall be cited on individual task orders. Only firms considered highly qualified will be awarded a contract. Prior to award, the Government will negotiate the rate of an escalator which will adjust for inflation the IDC rates every twelve (12) months during the life of the contract. Work under this contract will be subject to satisfactory negotiation of individual task orders. Selection of A-E firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. Size Standard: The North American Industrial Classification Code (NAICS) for this procurement is 541330. This announcement is open to all businesses regardless of size. If a large business firm is selected for this announcement, it must comply with the FAR 52.219-9 clause regarding the requirement for a subcontracting plan for that part of work it intends to subcontract. Before a Small Disadvantaged Business is proposed as a potential subcontractor, they must be registered in the database maintained by the U.S. Small business Administration (PRO-Net). Failure of a proposed small disadvantaged business to be registered in PRO-Net at the time the responses are submitted will result in their elimination as a proposed subcontractors. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employee’s office location (not the location of the work) To be eligible for contract award, firms must be registered in DoD Central Contractor Registration (CCR). Register via the CCR internet site at http://www.ccr.gov or by contracting the DoD Electronic Commerce Information Center at 1-888-227-2423. Contract Information : No s p e cific projects or tasks are identified at this time and therefore funds are not presently available for tasks under the contract. As projects are received for execution, use of the contracts awarded under this announcement will be considered if A-E Services are to be utilized. The services to be performed under this contract may be formal VE studies and/or VE/Value Management studies/reviews including presentations and will be so designated in each task order. Proposals must indicate capability to complete task orders in two weeks or less from receipt of the notice to proceed. Tasks may include using value methodology or other decision making tools to: perform value-based program/project planning charrettes; performing value-based project design charrettes; leading value based review of requests for proposals and/or plans & specifications; preparing risk determinations and mitigation plans for specific programs/projects; leading lessons learned reviews and after action reviews including participation from project managers, HQUSACE, and project delivery teams to assist with documentation of such reviews; performing traditional Value Engineering workshops for design/bid/build projects that include study of project features and design systems to arrive at recommended alternatives following the five step plan as recognized by the Society of American Value Engineers (SAVE) International. Members of the team must be knowledgeable in VE methodology, and the team leaders must be Certified Value Specialists (CVS) and currently certified by SAVE International. VE reports and other products are to be assembled and distributed within one week of completion of the study/charrette/review session. Projects and programs requiring VE services may include large military facilities and campuses, complex navigation and flood protection features, extensive environmental restoration projects, headquarters-level program assessments and evaluations of agency-wide engineering business procedures; projects may also be designed in metric units, therefore, team members must have knowledge and experience in metric design units. Selection Criteria : The selection criteria are listed below. Criteria A thru D are primary. Criterion E, G and H are secondary and will only be used as tie-breakers among technically equal firms. Rece n t means A-E tasks or projects completed within the last five years; older projects will not be considered. The Co n t ractor must submit a minimum of 10 projects for consideration. a. Professional Qualifications: Indefinite delivery c ontracts will require each Contractor provide the following personnel (either in-house or through a sub consultant) as a minimum. Required personnel cannot ful f ill more than one (1) role on the contract delivery team ( i.e., a separate employee must be provi d ed for each stated requir e ment above to meet the number required). Submitting firms must demonstrate the education, trai n i ng, registration, overall and relevant experience, and longevity with the firm of key management and technical personnel. Res u mes must be provided for each o f the perso n nel, including subcontractors personnel if applicable, listed below. Repeat the resume page as required in order to prov i de information on all personnel referenced. Firms must also provide an organizational chart showing the inter-relationship of various team members including subcontractors. (1) One (1) Registered Civil Engineer (2) One (1) Registered Structural Engineer (3) One (1) Registered Mechanical Engineer (4) One (1) Registered Electrical Engineer (5) One (1) Registered Environmental Engineer, (6) One (1) Registered Architect. (7) One (1) qualified cost Engineering, qualified means a registered professional qualified by a combination of education, certification, and/or experience is required in the field of cost Engineering that has expertise in integrating tradeoffs between various construction approaches for enhanced project value. (8) One (1) qualified Constructability Specialist, qualified means registered professional qualified by a combination of education, certification, and/or experience required to identify and integrate tradeoffs between various construction approaches for enhanced project value. (9) One (1) Qualified Construction Manager, qualified means registered professional qualified by a combination of education, certification, and/or experience is required in the field of construction management; these individuals should have expertise in integrating tradeoffs between various construction approaches for enhanced project value. (10) One (1) Registered Communication Eng i neer, Qualified means Registered Communications Distribution Designer (RCDD) accredited by Building Indust r y Consulting Service International (BICSI) and have a current active RCDD registration. (11) Two (2) Certified Value Specialists certified by the Society for American Value Engineering (SAVE) are also required; each CVS must also be a licensed Professional Engineer or Registered Architect and have a minimum of 5 years experience facilitating VE/VM activities. Individuals may not represent two disciplines for more than one project role. b. Specialized Experience and Technical Competence: For criteria listed below, recent experience of subcontractors may be submitted to demonstrate applicable experience and competence provided that the nature and extent of all contractor team arrangements are identified and disclosed. Contractors should describe the nature and extent of prior teaming experience with the proposed subcontractors. (1) Demonstrate experience with design/build project methodology, experience coordinating/organizing large and diverse groups with various agendas and facilitating same to arrive at a common list of objectives and requirements for programs and projects. (2) Demonstrate experience planning, coordinating, staffing, execution and reporting associated with Value Management studies/workshops for complex Military and Civil Works programs and projects. (3) Demonstrate experience leading/facilitating planning and design charrettes and product review process. (4) Demonstrate experience with electronic production and distribution on schedule of workshop agendas (prior to start of workshop), creative ideas (at midpoint), draft final recommendations (at conclusion of workshop -same day), draft final workshop report (early the following week). (5) Demonstrate Project experience utilizing Sustainable Design (using an integrated design approach and emphasizing environmental stewardship, with experience in energy and water conservation and efficiency. Use of recovered and recycled materials; waste reduction, reduction or elimination of toxic and harmful substances in facilities construction and operation; (6) Demonstrate efficiency in resource and materials utilization, development of health, safe and productive work environments; and employing the SPiRiT and LEED evaluation and certification methods), Building Information Modeling (BIM), and anti-terrorism and force protection measures. c. Capacity: A bility to perform work to schedules - Firms will be evaluated on their ability to complete multiple taskings/projects simultaneously. Firms shall: (a) show current and proj e c t ed workload within the firm; (b) address a plan for how they propose to accomplish up to five (5) additional task i ngs/projects per year in addition to current and projected workload conditions to complete the work in the required time. d. Past Performance : Firms will be evaluated in terms of work quality, compliance to schedules, and co s t controls [ with emphasis on projects submitted under factor (a) as determined from P P IRS and o t her sources. Submit letters of commendation, awards, previous proj e ct evaluations, etc. to show past performance. Firms must provide a chart which demonstrates construction cost estim a ted vs. actual award costs. Firms must also provide a chart that dem o nstrates actual schedule performance vs. established milestones. If experience or qualifications of subcontractors are submitted pursuant to Criterion A, the past performance of all proposed subcontractors will be evaluated. e. Quality Control Program : Firms will be evaluated on the acceptability of their internal quality con t rol program used to ensure technical accuracy, dis c ipline coordination of p l ans and specifications prepared by the firm or by its subcontractors on a behalf of the firm, and procedures to insure that internal resources are not over-committed. Describe and define the firm's program/processes for quality control and list, by name and position, all key personnel responsible. f. Knowledge of Locality : Firms must demonstrate familiarity and knowledge of codes, laws, permits and const r uction materials and methods within the contra c t area. As indicated above, the contract area is primarily focused within the Norfolk District, U.S. Army Corps of Engineers and t he North Atlantic Division. Information presented shall demonstrate general understanding with specific experience as applicable. g. Volume of DOD Contract Awards: Firms will be evaluated in terms of work previously awarded to the firm by DoD within the past 12 months. The objective is to provide an equitable distribution of DoD A&E contracts among qualified A&E firms, including small and small disadvantaged business firms and firms that have not had prior DoD contracts. List any DoD contracts awarded to the firm within the last 12 months. h. Small business: Small Disadvantaged Business and Women-Owned Small Business Participation: Degree of participation of all types’ small business as prime contractor, subcontractor, or joint venture partner. ALL OFFERORS (except small businesses) who plan to subcontract portions of the work are required to provide a narrative discussion of their plan for utilization of small and small disadvantaged businesses. As a minimum, the narrative shall discuss: a. Goals for subcontracting acting with small and small disadvantaged businesses in sufficient detail to allow government evaluators to determine that these goals are realistic, justifiable, positive, and in accordance with the Government's goals and policy in order to maximize opportunities for these types of businesses. b. The extent to which small disadvantaged businesses, and where appropriate, historically black colleges and universities/ minority institutions (HBCU/ MI) have been identified for participation as part of the offeror's team. c. The offeror's past and present commitment to providing subcontracting opportunities and encouragement to small and small disadvantaged businesses. If the selected firm intends to submit a plan with lesser goals, it must submit written rationale in the plan why the above goals cannot be met. The Government's Goals for this effort are: The subcontracting goals for Norfolk District are as follows: at least 51% of a prime firms intended subcontracted amount be placed with small businesses; at least 20% be placed with small disadvantaged businesses; at least 8% be placed with woman-owned small businesses; at least 4% be placed with service-disabled veteran-owned small businesses; at least 6% be placed with a HUB-Zone small businesses. Submission Requirements : Interested firms having the capabilit i es to perform this work must submit one hard copy of SF 330 Part I and one copy for the Prime a n d all consultants in an elect r onic format searchable in PDF or MS Word without translation; and one hard copy of SF 330 Part II for t h e pri m e firm and all consultants, and one electronic copy searchable in PDF or MS Word of the entire submittal to the address below a t the time and date below. ELECTRONIC DOCUMENTS shall be submitted via Readable C D. The SF 330 Part I shall not exceed 70 pages (8.5" x 11 " ). Each side of a sheet of paper is a page. Use no smaller than 12 font type. Include the firm's DUNS number in SF 330, Part I, Section H. Facsimile transmissions will not be accepted. a. Additional size limitations: (i) Limit resume of each ind i vidual to no more than one page. b. With respect to all submission limitations, including but not limited to maximum number of projects, total page limits, and resume page limits, the Government will not consider matters submitted beyond those limits and contractors shall receive no consideration for those matters. Any written submission using a font type smaller than the specified 12 font type will not be eligible for consideration. c. Submit SF 330 Parts I and II to: US A rmy Corps of Engineers, Norfolk Dis t rict;ATTN: Contracting Office/Keith Westry ; 803 Front Street; Norfolk, VA 23510-1096; NO LATER THAN 3:00 PM ON MARCH 17, 2016. FACSIMILE OR EMAIL TRANSMISSIONS WILL NOT BE ACCEPTED d. Board will only consider the following information: SF330, as submitted or from ACASS, SF 330, with any required supplemental information; documented performance evaluations, such as from ACASS’ DoD Contract award data. The Boards will not assume qualifications which are not clearly stated in a firms’ submission or available from ACASS. The boards will review the entire submission of each firm and not excerpts or summaries. A firm will not be contacted to clarify or supplement its submission. Boards shall not consider any cost factors. e. NOTE: In order to maintain total obje c tivity in the selection process, phone calls and e-mails to discuss this announcement are discouraged unless absolutely necessary. If a question is presented to the Contracting Officer, it will be at the Contr a cting Officer's discretion to respond. Personal visits for the purpose of di s cussing this announcement will not be scheduled. This is not a request for proposal. Organizational Conflict of Interest : This statement provides examples of certain organizational conflicts of interest which are proscribed by Federal Acquisition Regulation Subpart 9. 5. The purpose of this statement is to prevent the existence of conflicting roles that might bias a co n t ractor's judgment and to prevent an unfair competitive advantage. The follow i ng subse c tions prescribe a non-exhaustive list of limitations on contracting as the means of avoiding, neutrali z ing or mitigating organizational conflicts of interest. a. If, under this announcement, the contractor will p rovide systems engineering and technical direction for a system, but does not have overall contractual responsibility for its development, integration, assembly, checkout or production, the contractor shall not be awarded a subsequent contract to supply the system or any of its major components, or to act as consultant to a supplier of any system, subsystem, or major component utilized for or in connection with any item or other matter that is (directly or indirectl y ) the subject of the systems engineering and technical direction. The term of this prohibition shall endure for the entire pe r iod of this contract and for two (2) years thereafter. b. If, under this announcement, the contractor will p repare and furnish complete specifi c ations covering non- developmental items, to be u s ed in a c o mpetitive acquisition, the contractor shall not be permitted to furnish these items, either as a prime or subcontractor. The term of this prohibition s hall endure for the entire period of this contract performance and for either two (2) years thereafter or the duration of the initial production contract w h ichever is longer. This rule shall not apply to contrac t ors who furnish specifications or data at Government request or to situations in w h ich contractors act as Government representatives to help Government agencies prepare, refine or coordinate specifications, provided this assistance is supervised and controlled by Government representatives. c. If, under this announcement, the contrac t or will prepare or assist in prepa r ing a work statement to be used in competitively acquiring a system or services, the contractor shall not supply the system, its major components, or the service unless the contr a ctor is the sole source, the contract o r has participated in the development and design w o rk, or more than one contractor has been involved in prepa r ing the work statement. The term of this prohibition shall endure for two (2) years. d. If, under this announcement, the contractor will p r o v ide technical evaluation of products or advisory and assistance services, the contractor shall not provide such s ervices if the services relate to the contractor's own or a competitor's pro d ucts or services unless proper safeguards are established to e nsure objectivity. e. If, under this announcement, any personnel of the prime firm or any subcontractor at any tier previously served with the procuring agency in a capacity that provided access to non-public, competitively useful information relevant to the requirements giving rise to this procurement activity, the prime contractor or subcontractor shall avoid deriving an unfair competitive advantage, or the appearance of an unfair competitive advantage, by precluding the use of such non-public, competitively useful information in the preparation of any document responsive to any request of the procuring agency pursuant to this procurement activity.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-16-R-0011/listing.html)
 
Record
SN04021247-W 20160218/160216234841-51df2ac3ff137554563b0cc50f7d5db5 (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.