Value Engineering Study
Statement of Work CONDUCT AND DOCUMENT VALUE ENGINEERING WORKSHOP FOR: U.S. Army Corps of Engineers, Engineering and Support Center, Huntsville (CEHNC) Facility Technology Integration (FTI) Division 1... Statement of Work CONDUCT AND DOCUMENT VALUE ENGINEERING WORKSHOP FOR: U.S. Army Corps of Engineers, Engineering and Support Center, Huntsville (CEHNC) Facility Technology Integration (FTI) Division 1. Scope: The U.S. Army Corps of Engineers Engineering and Support Center (CEHNC) requires procurement of a Developed VE study on CEHNC Facility Technology Integration Division on the High Performance Computing (HPC) Program. A Value Engineering program on the HPC program is needed in order to analyze functions for existing procedures and processes, remedy constraints (if any), document each program's cost savings and cost avoidances, document qualitative program improvements, and ensure that the final report meets all of the criteria for VE Certification. The overall goal of the VE studies workshop is to analyze the functions of facilities, systems, equipment, utilities, infrastructure, services, processes and supplies for the purpose of achieving the essential functions at the most cost effective, lowest life cycle cost, required performance, reliability, quality and safety. General Requirements: The Huntsville Center requires the development of a Value Engineering Study (VES) to be conducted on the High Performance Computing (HPC) Program. The intent of VM/VE studies is to ensure the integration of Value Methodology techniques into the project delivery process to optimize the overall value, including LEED and energy improvement, and ensure all objectives and requirements of all stake holders are identified and addressed. A. Value Methodology Process: The SAVE International 6 step process shall be used: Information Phase, Function Analysis Phase, Creative Phase, Evaluation Phase, Development Phase and Presentation Phase. The "Value Engineering: A Guidebook of Best Practices and Tools, Office of Deputy Assistant Secretary of Defense Systems Engineering, dated June 13, 2011" will be used to as the basis to perform the program VE Study (if applicable) to address enterprise change model processes and provide continued process improvement as part of the solution. B. Life Cycle Cost Analysis (LCCA) and Potential Cost Avoidance/Saving: The VE team shall also focus on producing maximum cost savings for the projects while still incorporating all the necessary project objectives and requirements. Although cost savings is important to the VE Study, the VE team shall also emphasize on the value (function verse cost) of each VE proposal, including Life Cycle Cost Analysis (LCCA). In order to help the decision making process, the VE Team shall prepare a table that includes quantitative costs, qualitative costs as possible, and LCCA data for all the recommended VE Proposals. C. Reasonableness of VE Proposals: The VE alternatives proposed should have a reasonable chance of being accepted by the Project Delivery Team based upon the merits of the alternative within the context of established design objectives and the realistic life-cycle cost of the alternative. This entails comparing the proposed alternative fairly with the conceived design/process assuming the same design/process objectives and constraints, the same external factors influencing the criteria, same unit costs in pricing, and life-cycle cost. In other words, the potential cost savings should not be predicated on or inflated based on unfair, unrealistic, or otherwise faulty comparisons. D. VE Workshop Team Qualifications: The VE workshop facilitator shall have attained the SAVE International certification of Certified Value Specialist (CVS), and be current in certification, and experienced in facilitating program level VE workshops/studies. 3. Period of Performance: The period of performance for this contract shall be described in Table 1. The schedule, including workshop dates and review periods, is to be determined based on availability of all participants (USACE, CONTRACTOR). The following schedule assumes all participants are available for a study meeting two weeks after notice-to-proceed: Table 1 Task From To Calendar Days from NTP Days from last task NTP 0 Agenda Contractor USACE 7 7 Study workshop 14 7 Draft report Contractor USACE 28 14 Comments USACE Contractor 35 7 Final report Contractor USACE 42 7 4. Tasks: Task 1: Pre-Workshop Coordination (once completed represents 20% of total work) a. The CVS shall coordinate with the Value Engineering POC and PM to develop the agenda, roles, responsibilities, and goals prior to the VE workshop. The Value Engineering POC & PM will provide the CVS with the focus/scope of the study, mission statement, procedures and processes as available for the CVS to become familiar with prior to the workshop. The electronic copy of the agenda will be provided to the Value Engineering POC, and others as designated by the Value Engineering POC. b. The CVS shall get familiar with the workshop documents, program/project scope of work and program/project features; and develop questions prior to the VE workshop. c. The CVS shall develop the VE Strategy, provide examples and checklists, oversee the VE workshop, study and report. d. The CVS shall request the Value Engineering POC/PM for additional information needed for the VE workshop. Task 2: Workshop Facilitation (once completed represents 40% of total work) a. The Government shall coordinate & furnish, at no cost to the contractor, a room within or close to the Huntsville Engineering Center for the Value Engineering Workshop. The contractor is responsible for any materials required to facilitate the workshop (whiteboard, pens, markers, handouts, copies, etc.) b. The CVS shall provide supervision and quality control to assure the accuracy, quality, timeliness, and completeness of the work. c. The CVS shall lead and manage the in-brief and prepare meeting minutes. d. The CVS shall lead, manage the VE workshop and ensure all VE workshop team members are involved and engaged for entire VE workshop. e. The CVS shall work with the VE workshop team members and participants to conduct a VE study, following the standard 6-step process as described in SAVE International Job Plan, establish and maintain the following information during the VE workshop (Note depending on the program, project or process, some of these factors may be not applicable. If that is the case, identify as such): i. Workshop participants and contact information ii. Key Agreements - There are agreements between entities (cost sharing, funding agent other than USACE, land purchases, etc.) iii. Critical Assumptions iv. Critical Constraints - There are the restrictions that exist to executing the program which should be identified. v. Potential Cost Avoidance. vi. Action Items vii. Risks (both threats and opportunities) with management strategies viii. Quality Objectives - (e.g. LEED requirement, finishes requirement, durability, sustainability, maintainability, etc) ix. VE Proposals x. Proposal Summary, including identified list of optimum reasonable cost avoidance xi. Life Cycle Cost Analysis xii. Deviations from the DD1391, USACE Guidance and local requirements Task 3: Post-Workshop Report Completion (once completed represents 30% of total work) The CVS shall prepare and provide to the Value Engineering POC a draft of the VE Study report. The final report shall include the following: Executive Summary: shall include Name of Program/Project/Procurement, Location, Description, VE Workshop Team Roster, Value Engineering Firm name or Logo, and study results as below: Study Result Number of VE Proposals: Number of Accepted VE Proposals: Number of Qualitative Proposals: Number of Accepted Qualitative Proposals: Maximum Cost Avoidance Proposed (Gross): Accepted Cost Avoidance (Gross): Study Cost to Government: Return on Investment: FAST Diagram i. Program/Project Description, Background, Results of Functional Analysis, list of VM/VE workshop participants. ii. Summary of Recommended Ideas, Proposals, Comments and applicable cost avoidance. iii. Summary of Gross Cost Avoidance of the optimum realistic proposals and identify which proposals are included. iv. Create hyperlink between "Summary of Recommendations" and individual proposal descriptions in the electronic, searchable version. v. Complete description explaining the recommended proposal, the rationale for the recommended proposal, advantages/disadvantages of incorporating the proposal, any appropriate sketches/calculations, and cost analysis including life cycle cost analysis, if appropriate. vi. Appendix of the report will contain copies of all ERs and guidance documents which this VE study references. Task 4: Final Close Out (once completed represents 10% of the total work) CVS shall coordinate with the Value Engineering POC to assess and provide comments on the VE proposal rejection justification from the Project Deliver Team. 5. Deliverables: Agenda: The CONTRACTOR shall develop an agenda that lays out the major activities of the study workshop. The agenda should also indicate, in general terms, the roles and responsibilities of all participants. If certain participants are not needed for portions of the workshop, the agenda should make this clear. For planning purposes, assume five days for the study workshop. Reports: Native files comprising the Final Report generated by the CONTRACTOR under this task order shall be furnished to USACE. Compatibility requirement is MS Office 2013. In addition, all draft and final versions of the report shall be submitted in their entirety (including appendices), uncompressed, in Adobe Portable Document Format (PDF) format. PDF files shall be produced from source documents wherever possible. The CONTRACTOR's final submittal shall be a print-ready version of the document suitable for publication and distribution by the Government. 6. Place of Delivery: The place of performance shall be at U.S. Army Corps of Engineers, 475 Quality Circle, Huntsville, AL 35806. 7. Security Requirements: It is anticipated that in the performance of this work, the contractor will not require access to any government computer systems, sensitive information or restricted areas during the performance of this work. All contractor employees, to include subcontractor employees, requiring access to Army installations, facilities, controlled access areas, or require network access, shall complete AT Level I awareness training within 30 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. Upon request, the contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer (if a COR is not assigned), within 5 calendar days after completion of training by all employees and subcontractor personnel. AT Level I awareness training is available at the following website: http://jko.jten.mil/courses/atl1/launch.html; or it can be provided by the RA ATO in presentation form which will be documented via memorandum. Access to Army controlled installation, facility or area. When required to perform work requiring access to an Army controlled installation, facility or area all contractor and all associated sub?contractors employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. I-Watch: The contractor and all associated sub-contractors shall receive a brief/training (provided by the RA) on the local suspicious activity reporting program. This locally developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the project manager, security representative or law enforcement entity. This training shall be completed within 30 calendar days of contract award and within 30 calendar days of new employees commencing performance with the results reported to the COR NLT 5 calendar days after the completion of the training. All new contractor employees will complete Level I OPSEC Training within 30 calendar days of their reporting for duty. Additionally, all contractor employees must complete annual OPSEC awareness training. The contractor shall submit certificates of completion for each affected contractor and subcontractor employee, to the COR or to the contracting officer (if a COR is not assigned), within 5 calendar days after completion of training. OPSEC awareness training is available at the following websites: https://www.iad.gov/ ioss/ or http://www.cdse.edu/catalog/operations-security.html; or it can be provided by the RA OPSEC Officer in presentation form which will be documented via memorandum. Classified and/or Sensitive Materials - Sensitive or Restricted Areas. If during the performance of work it is determined that access to classified and or sensitive materials and sensitive or restricted areas is necessary, all contract employees, including subcontractor employees who are not in possession of the appropriate security clearance, will be escorted in areas where they may be exposed to classified and/or sensitive materials and/or sensitive or restricted areas. E-Verify Program. The Contractor must pre?screen new Candidates using the E?verify Program (http://www.dhs.gov/E?Verify) website to meet the established employment eligibility requirements. The Vendor must ensure that the Candidate has two valid forms of Government issued identification prior to ensure the correct information is entered into the E?verify system. An initial list of verified/eligible Candidates must be provided to the COR no later than 3 business days after the initial contract award. 8. Travel: Travel shall be in accordance with Federal Acquisition Regulations 31.205-46.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »