Architect Engineer Services – IDC for Cost Engineering for Various Civil Works, Environmental, and Military Projects within the USACE, Great Lakes and Ohio River Division
This is a SOURCES SOUGHT notice to determine the capabilities of small business firms. This notice does not constitute a solicitation announcement, nor does it restrict the Government to an ultimate a... This is a SOURCES SOUGHT notice to determine the capabilities of small business firms. This notice does not constitute a solicitation announcement, nor does it restrict the Government to an ultimate acquisition approach. No solicitation or technical scope of services is available at this time. The Government will use the responses to this SOURCES SOUGHT notice to make acquisition decisions. Businesses are strongly encouraged to review this SOURCES SOUGHT and submit according to the directions in this notice. The purpose of this notice is to gain knowledge of potentially qualified small business sources to include small businesses in the following categories: Small Business, Small Disadvantaged Business, Certified HUBZone, Woman-Owned, and Service-Disabled Veteran-Owned. This announcement is to gain knowledge of potential qualified small business sources for cost engineering, project management, scheduling, controls, and earned value management for civil works, military, and hazardous, toxic and radioactive waste (HTRW) projects. Work will require the use of software programs including but not limited to MCACES Second Generation (MII) cost estimating software, Oracle Primavera Scheduling software, Crystal Ball Risk Analysis, as well as other database management tools and programs. Prospective firms must have experience in cost engineering services, project management, acquisition management, construction and project scheduling, project controls, earned value management, and limited construction management services for civil works, environmental, military projects. Only small businesses will be considered for this SOURCES SOUGHT. The Government must ensure there is adequate competition among the potential pool of available contractors. The North American Industrial Classification System Code (NAICS) is 541330, which has a size standard of $16.5 million in average annual receipts. The Indefinite Delivery Contract(s) (IDC) may be up to $25 million if all options are exercised. The task order will be generally be between $5,000 and $2,400,000. It is likely possible that multiple task orders may be ongoing at the same time. The following requests are designed to apprise the US Army Corps of Engineers, Huntington District, of any prospective business’s capabilities. Please provide your response to the following. The submission is limited to 20 electronic pages. Contractor staff and experts must be able to meet security clearance requirements as defined in Homeland Security Presidential Directive 12 “Policy for a Common Identification Standard for Federal Employees and Contractors.” 1) Offeror's name, address(es), point of contact, phone number, and e-mail address. 2) Offeror's capability to perform a contract of this scope and comparable work performed within the past 10 years based on the below criteria. 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 and Technical Competence: Firms must demonstrate experience on the following criteria/elements: (1) cost engineering for civil works, environmental, military projects; project management, project controls, earned value management, and 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 of the firm to perform up to $2,500,000.00 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: Describe your firms’ performance during the past 10 years on similar contracts with respect to cost control, quality of work, ability to work independently and compliance with performance schedules as determined from Contractor Performance Assessment Reporting System (CPARS) and other sources. The CPARS 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 CPARS. The Government is seeking short statements regarding the company's ability to demonstrate existing expertise and experience in relation to the areas specified herein. Commercial brochures or existing marketing materials may be submitted with the Capabilities Statement. Submission of a Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This posting is for information and planning purposes only and shall not be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Offers that do not meet all requirements outlined in this SOURCES SOUGHT or submit within the allotted time will not be considered. 3) Regional contract capability – Would the geographical boundaries of this procurement being regional and would include West Virginia, Virginia, Ohio, North Carolina, Kentucky, Tennessee, Mississippi, Alabama, Georgia, Kentucky, Michigan, Wisconsin, Minnesota, Illinois, Indiana, and New York be of any concern or limit capability versus the procurement geographical boundaries being limited to a Huntington District procurement to include West Virginia, Virginia, Ohio, and Kentucky? 4) Verification of Small Business Administration (SBA) certification(s). The Government is seeking short statements regarding the company's ability to demonstrate existing expertise and experience in relation to the areas specified herein. Commercial brochures or existing marketing materials may be submitted with the Capabilities Statement. Submission of a Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This posting is for information and planning purposes only and shall not be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition to small businesses. Offers that do not meet all requirements outlined in this SOURCES SOUGHT or submit within the allotted time will not be considered. Firms are strongly encouraged to make known their interest and experience in this type of work. Electronic submission via email is mandatory. Please email your qualification statement to karen.l.simmons@usace.army.mil by close of business September 10, 2021.
Data sourced from SAM.gov.
View Official Posting »