|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 11,2000 PSA#2535U. S. Army Engineer District, Savannah, P.O. Box 889, Savannah, Georgia
31402-0889 C -- INDEFINITE DELIVERY/INDEFINITE QUANITITY CONTRACT FOR VALUE
ENGINEERING SERVICES WORLDWIDE SOL DACA21-00-R-0015 POC Rick Gangloff,
OVEST, 912-652-5172 (Technical Questions) or Ms. Leila Hollis at
912-652-5105 (Contractural Questions) WEB: Corps of Engineers, Savannah
District, Contracting, www.usace.army.mil. E-MAIL: Leila Hollis,
leila.hollis@sas02.usace.army.mil. Value Engineering Services are
sought to assist the Corps of Engineers (COE), Office of the Chief of
Engineers, Value Engineering Study Team (OVEST) in performing formal
Value Engineering studies for major Government projects worldwide and
will be so designated in each task order. This will be an Indefinite
Delivery Indefinite Quantity Contract and is anticipated to be awarded
in May 2000. Work will be issued by negotiated firm-fixed price task
orders. The contract will consist of a basic ordering period and two
option periods, each period not to exceed one year, for a total of
three years. The total of all task orders during each ordering period
may not exceed $500,000. Individual task orders may not exceed
$500,000. The total amount of the contract over the three-year ordering
period may not exceed $1,500,000. The Government may exercise a
contract option before expiration of the base contract period (or
preceding option period), if the contract amount for the base period
(or preceding option period)has been exhausted or nearly exhausted.
This announcement is open to all firms regardless of size. Large
business offerors must identify subcontracting opportunities with small
business, HUBZone small business, small woman-owned business, and small
disadvantaged business on their SF 255. If selected the large business
offeror will be required to submit a small/small disadvantaged & women
owned subcontracting plan in accordance with FAR 52-219.9 and
FAR/DFAR/EFAR/AFAR, Part 19.7 as a part of the Request for Proposal
package. The following subcontracting goals are the minimum acceptable
goals to be included in the subcontracting plan. OF THE SUBCONTRACTED
WORK, 62% TO SMALL BUSINESS: 10% TO SMALL DISADVANTAGED BUSINESS (A
COMPOSITE OF SMALL BUSINESS); 5% TO WOMEN-OWNED BUSINESS (A COMPOSITE
OF SMALL BUSINESS); 1.5% HUBZone small business (A COMPOSITE OF SMALL
BUSINESS). Large business firms that intend to do any subcontracting
must convey their intent to meet the minimum subcontracting goals on
the SF 255,Block 6. Written justification must be provided if the
minimum goals cannot be provided. For additional information concerning
SUBCONTRACTING PLAN requirements, please contact Gwen Parker at
912/652-5340. **** 2. PROJECT INFORMATION: Services of a qualified AE
firm are sought to conduct and participate in Value Engineering (VE)
studies on complex military and government facilities, utilities
projects, industrial plant and process projects, environmental and
civil works water resource projects, involving a wide variety of
engineering expertise. Studies will be conducted at various sites
worldwide and frequent travel will be required. Services may include
one or more of the following: a) Provide complete VE teams including a
qualified team leader and supporting disciplines to perform VE studies
under OVEST management. b) Provide individual VE team members with
specialized expertise to augment VE studies conducted by OVEST. c)
Provide support in producing and distributing VE reports for OVEST. d)
Provide experienced facilitators for Functional Analysis Concept
Development (FACD) charette workshops under OVEST management. e)
Participate in presentations of VE study reports with OVEST. All
members of the VE team will be trained and experienced in VE
methodology. The VE team leader or FACD facilitator shall be a
Certified Value Specialist (CVS) or have completed the 40 hour COE VE
workshop or equivalent certified training. Responding firms must show
organization capability to assemble qualified teams and conduct VE
studies with 1 or 2 weeks advance notice and have the ability to
assemble and distribute VE reports within 10 days after the start of a
VE study. The selected firm may have to obtain security clearances
through the Defense Investigative Services (DIS). The following
required disciplines must be shown in Block 4 of SF 255 and will be
evaluated in this selection: Civil engineers, architects, structural
engineers, mechanical engineers, electrical engineers, fire protection
engineers, geotechnical engineers, environmental engineers,
civil/sanitary engineers, civil/transportation engineers, dredging
engineers, and marine and coastal engineers, construction engineers,
cost estimating specialists, and others as required. The following
specialists may be required but will NOT be evaluated in this selection
and DO NOT need to be shown in Block 4 of SF 255: Water treatment
specialists, industrial hygienists, geologists, chemists, physicists,
biologists, marine biologists, botanists, wildlife management
specialists, contract specialists, construction scheduling specialists,
medical equipment and laboratory specialists, medical facility
planners, communication specialists, mechanical controls specialists,
hydropower generating specialists, dam design specialists,
hydrogeologists, hydrologists, interior designers, landscape
architects, and others as required. Firms should address in Block 10 of
SF 255 how they will access specialized consultants if required for
specific task orders. **** 3. SELECTION CRITERIA: Items a) through E)
are primary criteria. Items f) and g) are secondary criteria and will
not be used only as a tie-breaker among equally qualified firms. (See
Note 24 for the general selection process). a) Specialized experience
in the follow: 1) Proven ability to provide VE teams with short notice
(1 to 2 weeks) and conduct quality VE studies for military and
Government facilities, utilities projects, industrial plants and
process facilities, environmental and civil works water resource
projects. 2) Proven ability to provide experience VE team members with
short notice including the engineering disciplines and specialists
listed above. 3) Proven ability to produce and distribute automated
reports including graphics as required for quality VE studies within a
short timeframe (10 days). 4) Proven ability to provide facilitators
for Functional Analysis Concept Development (FACD) charette workshops
with short notice (1 to 2 weeks). b) Past performance on DoD and other
contracts with respect to cost control, quality of work,and compliance
with performance schedules. c) Capacity to assemble concurrent VE teams
simultaneous studies including the engineering disciplines and
specialists listed above. d) Professional qualifications of key
management and professional staff members including VE experience. e)
Knowledge of various localities, climates and foreign countries as they
pertain to construction methods and area cost factors, worldwide.
Specific project locations have not bee identified at this time. f)
Extent of participation of SB, SDB, WO, historically black colleges and
universities and minority institutions in the proposed contract team,
measured by the percentage of the estimated effort. g) Volume of DoD
awards in the last 12 months as describe in Note 24. **** 4. SUBMISSION
REQUIREMENTS: Interested firms having the capabilities to perform this
work must submit one (1) copy of SF 255 (11/92 edition) for PRIME and
one (1) copy of SF 254 (11/92 edition) for prime and all consultants,
to the following address: U.S. Army Engineer District, Savannah, ATTN:
Karen Cooper, CESAS-EN-ES, 100 West Oglethorpe Avenue, Savannah, GA
31401-3640 not later than the close of business the 30th day after the
DATE of this announcement. If the 30th day is a Saturday, Sunday, or
Federal Holiday, the deadline is the close of business the NEXT
BUSINESS DAY. Block 10 of SF 255 SHALL NOT EXCEED PAGES PRINTED ONE
SIDE OR 5 DOUBLE SIDED PAGES and the FONT USED FOR THIS SHOULD BE 10 or
larger. Include the FIRM's ACASS number in Block 3b of the SF 255. All
required disciplines listed above shall be identified in Block 4 of SF
255 with DETAILED qualifications including experience in Value
Engineering in BLOCK 7 of SF 255. FOR ACASS INFORMATION, CALL
503/326-3459. NO FAXED SUBMITTALS WILL BE ACCEPTED. Cover letters and
extraneous materials (brochures, etc.) are not desired and will not be
considered. PHONE CALLS are discouraged unless absolutely necessary.
PERSONAL VISITS for the purpose of discussing this announcement will
not be scheduled. THIS IS NOT A REQUEST FOR A PROPOSAL. Posted 02/09/00
(W-SN423420). (0040) Loren Data Corp. http://www.ld.com (SYN# 0019 20000211\C-0009.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|