Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 20,1998 PSA#2204

U.S. ARMY ENGINEER DISTRICT, MOBILE, ATTN: CESAM-EN-DW, P.O. BOX 2288, MOBILE ALABAMA 36628-0001 OR 109 ST., JOSEPH STREET MOBILE AL 36602

C -- IDC FOR COST ENGINEERING & VALUE ENGRNG SVCS TO SUPPORT THE SAD'S COST ENGRNG WORKLOAD SOL DACA01-99-R-0008 DUE 111698 POC Contact Dewayne Brackins, (334)694-3743; Contracting Officer, Edward M. Slana (Site Code W31XNJ) A-E services are required for an Indefinite Delivery Contract for Cost Engineering and Value Engineering Services to Support the South Atlantic Division's Cost Engineering Workload. This announcement is open to all businesses regardless of size. The contract will be awarded for a one year base period with options to extend the contract for two additional one year periods, not to exceed a total of three (3) years. Work under this contract to be subject to satisfactory negotiation of individual task orders, with the total contract not to exceed $400,000 for each contract period. (If the $400,000 limit for a contract period is exhausted or nearly exhausted prior to 12 months after the start of the period, the option for the next contract period may be exercised). There is a possibility that multiple contracts may be awarded on this solicitation. 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. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. The subcontracting goals for this contract are as follows: a minimum of 61.2% of the contractor's intended subcontract amount be placed with small businesses (SB), 9.1% be placed with small disadvantaged businesses (SDB), and 5.0% be placed with women-owned small businesses (WOSB). The subcontracting plan is not required with this submittal. There is a possibility that multiple contracts may be awarded on this solicitation. PROJECT INFORMATION: The contract will primarily be used to perform Civil, Military, and HTRW cost engineering and value engineering services. The majority of the work will be located in the southeastern United States; however, work may be located in any of the fifty (50) states, South or Central America, Puerto Rico, Panama, the U.S. Virgin Islands, and other locations as may be assigned to the Mobile District. The firm selected must be capable of providing complete cost engineering and value engineering services to include the preparation of cost estimates from conceptual through final design on a variety of Civil, HTRW and Military projects. The firm selected will also be required to perform design review in accordance with Mobile District guidance, perform cost analysis, attend meetings, prepare Change Orders and assist in negotiations, if required. The firm selected must provide Value Engineering Services on civil and military projects in all engineering and architectural areas. The firm is to provide a team including a team leader to evaluate the project and make Value Engineering proposals. SELECTION CRITERIA: See Note 24 in the Monday publication of the Commerce Business Daily for general selection process. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A-D are primary. Criteria E-G are secondary and will only be used as "tie-breakers" among technically equal firms. A. Professional Qualifications: The selected firm must have, either in-house or through consultants, the following Cost Engineering disciplines with registration required where applicable: (1) Architect; (2) Structural Engineer; (3) Civil Engineer; (4) Mechanical Engineer; (5) Electrical Engineer. The firm's cost estimators must spend the majority of their time performing cost engineering functions. Also the selected firm must have, either in-house or through consultants, the following Value Engineering disciplines with registration required where applicable: (1) Geotechnical Engineer; (2) Environmental (HTRW) Engineer. Evaluation of each discipline will consider education, registration, and relevant experience. Resumes (Block 7 of the SF 255) must be provided for these disciplines, including consultants. Use the nomenclature for disciplines as noted in this announcement. Additional evaluation factors are provided in order of importance: B. Specialized experience and technical competence in: (1) Preparing cost estimates utilizing the following estimating software: "MCACES GOLD" and " PACES". The firm selected must demonstrate experience utilizing this software. The firm selected must obtain Desktop Video Teleconferencing Equipment that is compatible with PictureTel Live 200, which operates in conjunction with a ISDN basic rate interface. Furthermore, the hardware supplied with the Live 200 system will, with the purchase of LiveLan software from PictureTel, function over the Internet if you have at least a 384KBS connection. This system may be required for teleconferencing; (2) The firm must have prior Value Engineering experience. The Value Engineering study and report must be prepared in accordance with Value Engineering methodology as defined by Society of American Value Engineers (SAVE) and shall be documented in a report to include an Executive Summary, Value Engineering Proposals, Evaluation of Proposals, Cost Estimate, Cost Model, Function Analysis System Technique (FAST) Diagrams, and Recommendations and Conclusions. The firm will have to demonstrate the capability of accomplishing this effort through prior studies performed; (3) Describe in Block 10 of the SF 255 the firm's quality management plan, including the team's organizational chart, quality assurance, cost control, and coordination of the in-house work with consultants; C. Capacity to Accomplish the Work: The capacity to accomplish at least (5) $150,000 individual task orders simultaneously; D. Past Performance: Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with performance schedules; E. Geographic Location: Geographic location with respect to Southeastern U.S.; F. Small Business, Small Disadvantaged Business and Women-Owned Small Business Participation: Extent of participation of small businesses, small disadvantaged businesses, women-owned small businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort; G. Equitable Distribution of DOD contracts: Volume of DOD contract awards in the last 12 months as described in Note 24 of the Monday publication of the Commerce Business Daily. SUBMISSION REQUIREMENTS: See Note 24 in the Monday publication of the Commerce Business Daily for general submission requirements. Firms must submit one (1) copy of their SF 254 and SF 255, and one (1) copy of each consultants SF 254. The 11/92 edition of the forms must be used, and may be obtained from the Government Printing Office. To be considered, submittals must be addressed as follows: U.S. Army Corps of Engineers, Mobile District, CESAM-EN-DW, ATTN: Mr. Dewayne Brackins, 109 St. Joseph Street, Mobile, AL 36602; or P.O. Box 2288, Mobile, AL 36628-0001. Submittals must be received no later than 4:00 P.M. local time on November 16, 1998. Regulation requires that the Selection Board cannot consider any submittals received after thisdate. Include ACASS number in Block 3b and RFP Number in Block 2b of the SF 255. Call the ACASS Center at 503-326-3459 to obtain a number. A maximum of ten (10) projects, including the prime and consultants, will be reviewed in Block 8. Solicitation packages are not provided. This is not a request for proposal. As required by acquisition regulations, interviews for the purpose of discussing prospective contractors'qualifications for the contract will be conducted only for those firms considered highly qualified after submittal review by the selection board. Preparation of a report on Posted 10/16/98 (I-SN262867). (0289)

Loren Data Corp. http://www.ld.com (SYN# 0013 19981020\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page