IDC for Cost Engineering Services
Announcement Number W9123719RSS01 is not a notice of solicitation. The Huntington District Corps of Engineers (CELRH) is issuing this notice to determine if there are an adequate number of qualified i... Announcement Number W9123719RSS01 is not a notice of solicitation. The Huntington District Corps of Engineers (CELRH) is issuing this notice to determine if there are an adequate number of qualified interested small business concerns capable of providing professional, multi-discipline, cost engineering services. CELRH is issuing this Sources Sought to identify qualified firms interested in supporting the U. S. Army Corps of Engineers (USACE) in cost engineering, cost estimating, and other support services in a minimum of four or more of the following Cost Engineering disciplines: Civil Works Estimating, Environmental Estimating, Physical Security Estimating, Mechanical Estimating, and Electrical Estimating. Qualified firms shall be able to integrate cost estimating with Scheduling and Integrated Cost & Schedule Risk Analysis (ICSRA) to determine Total Project Cost. Qualified firms shall also have the capability to support a projects lifecycle with cost engineering related tasks associated with contract administration and baseline management. When published, the solicitation will be in accordance with the policies and procedures applicable to the acquisition of architect-engineer (A-E) services under Subpart 36.6 of the Federal Acquisition Regulation (FAR) and the Brooks Architect-Engineer Act. CELRH is anticipating issuing an Indefinite Delivery Indefinite Quantity (IDIQ) contract with a base period of one year and up to four one year option periods with a total shared value of $49,000,000.00 and a minimum of 3 awards. The majority of individual Task Orders will range between $50,000 and $1.5M. SCOPE OF SERVICES: Professional, multi-discipline, cost engineering services include, but are not limited to, cost engineering, cost estimating, integrated cost and schedule risk analyses, program and project management, planning and scheduling, cost and schedule performance measurement and change control, and value engineering. These services are required to support the USACE Hazardous, Toxic, and Radioactive Waste (HTRW), Military and Civil Works Program, as well as support USACE partnerships with other agencies through the Interagency and International Services (IIS) program such as, but not limited to, Department of Energy (DOE) and its offices of Environmental Management, National Nuclear Security Administration, Project Management, Nuclear Energy, and Science. Past DOE cost engineering efforts have included projects in Design, Nuclear Capital Construction, Vertical Construction, First-of-a-Kind (FOAK) Construction, Design/Build, Regulatory Support, Confirmatory Sampling, Liquid Waste Site Remediation, Waste Site Remediation, Burial Ground Remediation, Deactivation, Demolition, Site Security, Waste Operations, Surveillance & Maintenance, Project Management & Management Controls, Miscellaneous Restoration, Stewardship Preparation, Independent Closure Reviews, Operate and Close Utilities Confirmatory Sampling Sites, Contingency & Management Reserve and Escalation. USACE and other agency's projects may involve but not be limited to vertical and horizontal construction, environmental cleanup, demolition, and/or restoration. Other IIS support could include, but not be limited to, Federal Emergency Management Agency (FEMA), National Science Foundation (NSF), and the Veteran's Administration (VA). Project teams will be comprised of both USACE and A-E personnel. In order for the teams to function properly, all personnel must be able to utilize the same operating platforms. MCACES 2nd Generation (MII) and Primavera (P6) are the standard software packages the USACE utilizes to complete the work breakdown structure, activity based estimating techniques, baseline cost estimating, critical analysis and scheduling techniques, and other related skills. Risk Analyses can be completed through any applicable software that can produce an integrated, logic driven model, such as Primavera Risk, Polaris, or Safran. COST ENGINEERING SUPPORT CONTRACT TECHNICAL REQUIREMENTS: Qualified Architect-Engineering firms will be required to meet the following Technical Requirements: a. Have key cost personnel who have a cost certification from an accredited cost organization such as: American Society of Professional Estimators (ASPE), Society of Cost Estimating and Analysis (SCEA), International Society of Parametric Analysts (ISPA), or Association for the Advancement of Cost Engineering International (AACEI). b. Projects being performed on other agency sites such as DOE or DOD may require the A-E firm and its key cost personnel to have or be able to obtain security clearances up to and including Top Secret as required. c. Independently develop, design and construct cost estimates for various nuclear, vertical and horizontal construction, environmental cleanup, demolition and/or, restoration projects, based on concept, preliminary, interim and final designs furnished by the Government. Projects can range from small civil works projects to large multi-billion FOAK highly complex construction projects. d. Level of detail required for estimates shall be described in each task order and shall range from the most conceptual level of cost estimating to the most detailed bottoms-up estimating methodology on all construction and/or design tasks and/or line items. All cost estimating logic and assumptions shall be documented within the cost estimate prepared utilizing MII cost estimating software. e. Develop supporting data for cost estimates. Data to be developed includes: i. Quantity takeoffs of materials and supplies ii. Labor rates iii. Labor types, equipment and time required to construct various features of work, with associated narratives. iv. Material prices, supported by quotations where appropriate v. Integrated Cost and Schedule Risk analysis and evaluation of contingencies including Monte Carlo Risk Analysis vi. Constructability analysis and cost comparisons. vii. Other cost data as directed in each task order. f. Independently develop, design and construct resource loaded Primavera project schedules. g. Concurrently capable of fielding two (2) to ten (10) multi-disciplined cost engineering teams each consisting of approximately two (2) to twelve (12) personnel capable of producing cost engineering products (cost estimates, schedules, risk analyses and associated methodology and/or review reports) for the most basic to highly complex nuclear, civil works, military construction, environmental cleanup including nuclear contaminated sites. h. The anticipated production schedules are typically extremely aggressive. Many projects have critical elements that require expedient allocation of resources requiring the deployment of multi-disciplinary teams within 5 days after receiving the notice of award. These teams must independently produce all deliverables under a highly compressed schedule and will be provided the most basic government furnished information for each individual project. The majority of project work will be performed on the respective project site. i. Shall have the capability to provide subject matter experts from various technical fields in support of the cost estimating services required by this contract. Such fields may include, but not be limited to, environmental, hazard toxic waste cleanup, and nuclear construction. j. Shall effectively manage their concurrently operating multi-disciplinary project teams to perform and produce quality deliverables including dispensation of all review comments from USACE and DOE (or other IIS partner) for final deliverables from the customer. k. Shall provide project teams led by an experienced team lead technically qualified to manage the team in accomplishing the tasks included in the scope of work to be performed for the respective task orders. l. Shall be capable of performing cost engineering duties related to contract acquisition and/or contract modifications, preparation of independent government cost estimates, resource loaded schedules, cost and technical analyses of contractor proposals, negotiation preparations based on the analysis and other studies in order to support government manned contract selection boards and processing contract modifications as required. m. Shall be highly knowledgeable of USACE and DOE (or other IIS partner) cost engineering, project and contract management policies, practices and regulations. n. Shall also be capable of effectively reviewing current projects and perform baseline management for a variety of programs, agency offices or field sites by developing products, evaluating compliance and effectively communicating such via both in-depth and summary level reports. EVALUATION CRITERIA: Each potential A-E firm will be evaluated in terms of its: (1) Professional Qualifications for the following key disciplines: project management (engineers or team leaders), acquisition management, construction management, earned value management, subject matter experts in cost engineering, senior cost engineering, mid-level cost engineering, cost engineering, project scheduling specialists, risk specialists, environmental engineering, civil engineering, cost engineer technicians and technical writer; (2) Specialized experience in project management, project controls, earned value management, scheduling, cost/schedule risk analysis, cost engineering and cost estimating for civil works, environmental, DOE and military projects and use of required software such as MCACES (MII), Primavera project management software, and ICSRA software (3) Capacity to accomplish the work in the required time; (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (5) Equitable Distribution of DoD Contracts - Volume of DoD A-E contract awards in the last 12-months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms. A-E firms interested in responding to the forthcoming solicitation for Cost Engineering support services will be required to submit a Standard Form 330 (SF 330), Architect-Engineer and Related Services Questionnaire. In accordance with the Brooks Act (PL 92-582 as amended), a completed form furnishes the federal agency with general information on the size, capabilities, personnel, and past experience of an interested firm. Instructions on how to complete the SF 330, which includes substantial guidance on what information to add to your SF 330, are contained with the form. A SF 330 can be found at http://www.gsa.gov/forms RESPONDING TO THIS ANNOUCEMENT NO HARDCOPY RESPONSES WILL BE ACCEPTED. ALL RESPONSES WILL BE ELECTRONIC and submitted to the following email address: Patrina.G.Singleton@usace.army.mil. The subject line of the email will reference action number W9123719RSS01, and submittals are due no later than 1 March 2019. Electronic submittals will be retained for future reference, however, they are to be considered source sensitive and not subject to public disclosure. A response to this sources sought is not a pre-requisite to any potential future offerings. The intent of this Sources Sought is to use the responses from the below survey to evaluate the industry capability and likelihood of success. If your firm meets the technical requirements above and is considered a Small Business under NAICS Code 541330, please complete the below survey and return with any additional firm information/or questions concerning this announcement to Ms. Patrina Singleton as soon as possible, but no later than 14 MARCH 2019. U.S. ARMY CORPS OF ENGINEERS Huntington District COST ENGINEERING SURVEY Sources Sought Number: W9123719RSS01 Company Name: Address: Point of Contact: Telephone #: E-mail address: From your SAM.gov registration provide: Duns Number: Cage Code: Small Business Certifications: (Check all that apply): Small Business ____, SDB _____, HUBZone _____, SDVOSB _____, Woman-owned _____ 1. How many in-house resources of each discipline does your company currently have? (Provide years of experience and licenses) Mechanical Cost Engineers Civil Works Cost Engineers Environmental Cost Engineers Electrical Cost Engineers Structural Cost Engineers Schedulers Risk Analysts 2. How many in-house resources have a cost certification? Mechanical Cost Engineers Civil Work Cost Engineers Environmental Cost Engineers Electrical Cost Engineers Structural Cost Engineers Schedulers Risk Analysts 3. How many in-house resources have Department of Energy (DOE) clearances? Mechanical Cost Engineer Civil Work Cost Engineer Environmental Cost Engineer Electrical Cost Engineer Structural Cost Engineer Schedulers Risk Analysts 3. Please list recent experience (description and size) with federal or public agencies which involves HTRW cleanup or similar activities, such as nuclear decommissioning. 4. Travel could be required anywhere across the Continental U.S. Considering your in-house resource capabilities, what would be the largest available resource commitments to this contract based on following size of task orders? $50,000 to $100,000: personnel ________ time_________ # of teams _______ $100,000 to $250,000: personnel ________ time_________# of teams _______ $250,000 to $500,000: personnel ________ time_________# of teams _______ $500.000 to $750,000: personnel ________ time_________# of teams _______ $750,000 to $1,000,000: personnel ________time________# of teams _______ Over $1,000,000: personnel ________time __________# of teams _______ 5. Please provide description and size of nuclear, civil works and/or military construction projects where cost engineering products were developed within the last three years for any federal or public agencies. 6. What experience do you have in Integrated Cost and Schedule Risk Analysis (ICSRA)? Please return your completed survey to: Patrina.G.Singleton@usace.army.mil or Ginny.M.Morgan@usace.army.mil
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »