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