1 / 15

baltimore district at ft. belvoir pre- proposal site visit

2. AGENDA. IntroductionsSolicitation requirementsQuestions submitted

elina
Télécharger la présentation

baltimore district at ft. belvoir pre- proposal site visit

An Image/Link below is provided (as is) to download presentation Download Policy: Content on the Website is provided to you AS IS for your information and personal use and may not be sold / licensed / shared on other websites without getting consent from its author. Content is provided to you AS IS for your information and personal use only. Download presentation by click this link. While downloading, if for some reason you are not able to download a presentation, the publisher may have deleted the file from their server. During download, if you can't get a presentation, the file might be deleted by the publisher.

E N D

Presentation Transcript


    1. 1 Baltimore District at Ft. Belvoir Pre- Proposal Site Visit Famane Brown BRAC Coordinator, Contracting Officer Mike Rogers Program Manager Rick Calloway Construction Manager Andy McVeigh- Project Manager 30 April 2007

    2. 2 Here is the way ahead in the implementation of MT that we have previously shared w/you and received your approval to move out with this plan of attack As you can see in FY06-07 we are pilot testing the strategy thru the use of our Model D-B RFP while at the same time were reorganized the Centers of Standardization to meet the mission at hand Through the designs developed during the pilot testing in FY06-07, the COS will be developing AB models. We expect these models to be concentrated in the area of the BCT mission facilities (Tier 1) and possibly QOL facilities such as CDC chapels and physical fitness facilities.Here is the way ahead in the implementation of MT that we have previously shared w/you and received your approval to move out with this plan of attack As you can see in FY06-07 we are pilot testing the strategy thru the use of our Model D-B RFP while at the same time were reorganized the Centers of Standardization to meet the mission at hand Through the designs developed during the pilot testing in FY06-07, the COS will be developing AB models. We expect these models to be concentrated in the area of the BCT mission facilities (Tier 1) and possibly QOL facilities such as CDC chapels and physical fitness facilities.

    3. 3 Project Delivery Team Tom Reynolds NGA Representative Mike Rogers Program Manager Andy McVeigh Project Manager John Chubb- Chief of Construction Rick Callaway- Chief, Construction Contract Admin Buddy Billington Resident Engineer Pam Sleeper- Design Manager Jim Turkel Chief, USACE Belvoir Integration Office Jane Poling USACE Office of Counsel Rhonda Sturdavant- Contracting Officer for NGA (Post Award) Linda Evans Contract Specialist Famane Brown- Contracting Officer for NGA (Pre Award) Our pilot testing of the MT Strategy in FY07 includes both MCA and BRAC projects. Of those listed on this slide we have awarded projects at Campbell, Knox and at Riley with the use of the Model RFP resulting with 15% cost savings and full scope awards. The model RFP provides for much needed consistency in our acquisition documents and provides for a means of flexibility on how the contractor can meet our requirements Energy Policy Act -2005 and the RFP: The Energy Policy Act of 2005 requires that energy strategies and HVAC and lighting systems shall achieve at least 30 percent energy savings over American National Standard Institute; American Society of Heating, Refrigerating and Air Conditioning Engineers and Illuminating Engineering Society of North America Standard of 2004. In the Model RFP we specifically state this requirement for the potential proposers. The contractor, as a submittal requirement, is required to submit a Statement of Energy Design Intent (SEDI) which shows the intended energy performance outcome of the contractor design which will be verified by the Government upon construction completion. The contractor is further required to purchase Energy Star or Federal Energy Management system Program designated projects. This requires the contractor to provide products among the highest 25 percent of energy equivalent products for energy efficiency.. The RFP drives the contractor to both energy conservation requirements and sustainability requirements both of which are mutually supportable IN FY06 and FY07 the RBCs will be awarding the contracts based on an acquisition strategy in concert with the MT Programmatic Acquisition Strategy which was approved in Feb 2006. Also in 2006, the COS was restructured from 4 centers to 8 in order to meet current mission needsOur pilot testing of the MT Strategy in FY07 includes both MCA and BRAC projects. Of those listed on this slide we have awarded projects at Campbell, Knox and at Riley with the use of the Model RFP resulting with 15% cost savings and full scope awards. The model RFP provides for much needed consistency in our acquisition documents and provides for a means of flexibility on how the contractor can meet our requirements Energy Policy Act -2005 and the RFP: The Energy Policy Act of 2005 requires that energy strategies and HVAC and lighting systems shall achieve at least 30 percent energy savings over American National Standard Institute; American Society of Heating, Refrigerating and Air Conditioning Engineers and Illuminating Engineering Society of North America Standard of 2004. In the Model RFP we specifically state this requirement for the potential proposers. The contractor, as a submittal requirement, is required to submit a Statement of Energy Design Intent (SEDI) which shows the intended energy performance outcome of the contractor design which will be verified by the Government upon construction completion. The contractor is further required to purchase Energy Star or Federal Energy Management system Program designated projects. This requires the contractor to provide products among the highest 25 percent of energy equivalent products for energy efficiency.. The RFP drives the contractor to both energy conservation requirements and sustainability requirements both of which are mutually supportable IN FY06 and FY07 the RBCs will be awarding the contracts based on an acquisition strategy in concert with the MT Programmatic Acquisition Strategy which was approved in Feb 2006. Also in 2006, the COS was restructured from 4 centers to 8 in order to meet current mission needs

    4. 4 Solicitation Requirements W912DR-07-R-0006 Closing date May 30th 3:00 PM EST Submit questions to Linda.Evans@usace.army.mil last day May 16th Amendment 1 will be publicized NLT May 4th Amendment 2 TBD Proposal Submittals Vol. I Tech Proposal (5 copies + Original) Vol. II Cost Proposal (4 copies + Original) Vol. III. Subcontracting Plan (2 copies + Original) Standard Form 1442 In the current environment of a volatile construction market, we are experiencing success in achieving 15% cost savings. .Our expectation is that when the market normalizes we should continue to achieve these cost savings. We must recognize a culture change exists for USACE, Garrisons and the construction industry in our new business process. We must continue our campaign to ensure everyone gets the message that MT is our process to get Army facilities Faster, better, etc In the current environment of a volatile construction market, we are experiencing success in achieving 15% cost savings. .Our expectation is that when the market normalizes we should continue to achieve these cost savings. We must recognize a culture change exists for USACE, Garrisons and the construction industry in our new business process. We must continue our campaign to ensure everyone gets the message that MT is our process to get Army facilities Faster, better, etc

    5. 5 Questions that pertain to the Solicitation The Army has 41 standard facilities. In this listing the Green highlighted facilities indicate that Army Standard designs/criteria have been approved. The Blue highlight indicates the Army Standard designs/ criteria are under development or revalidation In the case of CDCs, one standard design is approved (school age) where as the infant-toddler std design will be completed in Sep 06 Black denote the Army standard is being reviewed Centers are: Savannah Mobile Louisville Omaha Hawaii Ft Worth Huntsville The Army has 41 standard facilities. In this listing the Green highlighted facilities indicate that Army Standard designs/criteria have been approved. The Blue highlight indicates the Army Standard designs/ criteria are under development or revalidation In the case of CDCs, one standard design is approved (school age) where as the infant-toddler std design will be completed in Sep 06 Black denote the Army standard is being reviewed Centers are: Savannah Mobile Louisville Omaha Hawaii Ft Worth Huntsville

    6. 6 Questions that pertain to the Solicitation continued Reference, Section 00010, Price Schedule, and Section 01010, Construction Integration Services, what is the period of performance for the firm fixed priced construction integration services, bid item 0001? A. The period of performance for the base bid (Construction Integration Services) is 600 calendar days from Notice to Proceed. Upon exercise of the bid option, the contract performance period will be extended by 720 days for a total of 1,320 days. The option may be exercised within 120 days of contract award. We on track to have adapt build contracts in place to affect FY08 execution We re working w/ ACSIM to develop the necessary Army Standards and Standard Designs Were on track to meet the Armys needs as long as the funding stream supports the requirement (we get the money when we need it)We on track to have adapt build contracts in place to affect FY08 execution We re working w/ ACSIM to develop the necessary Army Standards and Standard Designs Were on track to meet the Armys needs as long as the funding stream supports the requirement (we get the money when we need it)

    7. 7 Questions that pertain to the Solicitation continued ... Q. Reference, Section 00700, Contract Clauses, FAR Clause 252.232-7007, "Limitation of Governments Obligation," page 84 of 103, does the environmental remediation actions apply to the incremental funding restrictions? A. Environmental remediation is being accomplished by other contracts, and is not part of the scope of this solicitation. The Governments cost to accomplish environmental remediation is funded from other sources and is not part of the incremental funding profile provided in 252.232-7007.

    8. 8 Questions that pertain to the Solicitation continued Reference, Section 01010, Construction Integration Services, paragraph 1.4.1, items f. and i., page 5, how do you maintain a fast-track design and construction schedule if you cannot initiate subcontracts and procurement actions until 100% design of a construction package? A. Please refer to section 01010, page 14, paragraph 1.7, which describes the fast-track approach. The fast-track approach is maintained as a result of incremental packages being released for construction in advance of the entire project being developed to 100% design. The approach envisioned consists of about 10 discrete design packages. Package 1 reaches 100% design before Package 2, and is released for construction. Next, Package 2 reaches 100% design and is released for construction, and so on. When the last package reaches 100% design, the production point referred to in 01010, paragraph 1.6.2.1, has been reached, and the parties will attempt to negotiate a firm fixed price for the entire project. After contract award, the construction contractor will have significant influence over the structure and number of packages that are implemented. For example, long lead equipment or materials may be released earlier in the process if mutually agreeable.

    9. 9 Q & A Session Please past your index cards forward and we will address as many questions as time allows.

    10. 10 Site Visit Instructions Hand outs are located next to the yellow badges.

    11. 11 POCs Mike Rogers, Program Manager Michael.J.Rogers@usace.army.mil Andy McVeigh, Project Manager Andrew.J.McVeigh@usace.army.mil Rick Calloway, Construction Manager Rick.Calloway@usace.army.mil Buddy Billington, Resident Engineer Buddy.L.Billington@usace.army.mil Rhonda Sturdavant, Contracting Officer Rhonda.P.Sturdavant@usace.army.mil Famane Brown, Contracting Officer Famane.C.Brown@usace.army.mil Linda Evans, Contract Specialist Linda.Evans@usace.army.mil Carlen Capenos, Deputy for Small Business Carlen.Capenos@usace.army.mil http://www.nab.usace.army.mil/BRAC/NGA

    13. 13 Questions that pertain to the Solicitation continued ... Q. Pages 48 and 49 of the solicitation contain a listing of 11 Bid Items. Are these intended to be submitted with our proposal? If so, please clarify how these prices relate to the line items on the Price Schedule contained on pages 3 and 4 of the solicitation. A. Please refer to page 35, paragraph 7.1.1, Submission Requirements. In support of the offerors proposed prices on the Price Schedule, Offerors shall submit sufficient documentation to demonstrate their proposed construction phase target cost is realistic and reasonable. The Government would like the supporting documentation to be broken out as indicated on pages 48 and 49.

    14. 14 Questions that pertain to the Solicitation continued ... Q. Reference, Section 01010, Construction Integration Services, paragraph 1.4.1, items f. and i., page 5, how do you maintain a fast-track design and construction schedule if you cannot initiate subcontracts and procurement actions until 100% design of a construction package? A. Please refer to section 01010, page 14, paragraph 1.7, which describes the fast-track approach. The fast-track approach is maintained as a result of incremental packages being released for construction in advance of the entire project being developed to 100% design. The approach envisioned consists of about 10 discrete design packages. Package 1 reaches 100% design before Package 2, and is released for construction. Next, Package 2 reaches 100% design and is released for construction, and so on. When the last package reaches 100% design, the production point referred to in 01010, paragraph 1.6.2.1, has been reached, and the parties will attempt to negotiate a firm fixed price for the entire project. After contract award, the construction contractor will have significant influence over the structure and number of packages that are implemented. For example, long lead equipment or materials may be released earlier in the process if mutually agreeable.

    15. 15 Questions that pertain to the Solicitation continued ... Q. Pages 48 and 49 of the solicitation contain a listing of 11 Bid Items. Are these intended to be submitted with our proposal? If so, please clarify how these prices relate to the line items on the Price Schedule contained on pages 3 and 4 of the solicitation. A. Please refer to page 35, paragraph 7.1.1, Submission Requirements. In support of the offerors proposed prices on the Price Schedule, Offerors shall submit sufficient documentation to demonstrate their proposed construction phase target cost is realistic and reasonable. The Government would like the supporting documentation to be broken out as indicated on pages 48 and 49.

More Related