Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2003 FBO #0505
SOURCES SOUGHT

C -- A-E Services

Notice Date
4/17/2003
 
Notice Type
Sources Sought
 
Contracting Office
ACA, North Region Contracting Center, Building 2798, Fort Eustis, VA 23604-5538
 
ZIP Code
23604-5538
 
Solicitation Number
DABJ01-NRCC-04-17
 
Archive Date
6/29/2003
 
Point of Contact
Arethalia Whitfield, (757) 878-4005 ext 3291
 
E-Mail Address
Email your questions to ACA, North Region Contracting Center
(Laverne.Whitfield@eustis.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The Northern Regional Contracting Center (NRCC), is conducting a market survey to determine if 8(a) and/or HUBZone small business firms have the capabilities, knowledge and resources available to meet the unique and demanding Architect-Engineer Design serv ice requirements for the Capital District Directorates of Public Works (DPW). Under this particular requirement, it is anticipated that an Indefinite Delivery Contract (IDC) will be awarded for use by the following Installations: Fort Belvoir, Va., Fort M yer, Va., A.P. Hill, Va., and Fort McNair, D.C. The following are examples of the types of services that are anticipated under the proposed action: 1. Designs and/or Feasibility Studies of administrative, industrial and warehouse facilities as well as barracks, Army Family Housing (AFH), and other existing facilities. 2. Various Designs/Studies utilizing disciplines such as Architectural, Mechanical, Structural, Civil, Land Surveying, Geotechnical (Soils Engineer), Environmental, and Electrical Engineers, as well as Cost Estimating, Communications (Information Technol ogy), and Fire Alarm and Protection. 3. Design new and/or renovate existing facilities to accommodate various functions and use groups. 4. HVAC replacement. 5. Master Planning documentation. 6. Construction Contract Administration (Quality Assurance (QA) Inspectors). 7. Design renderings and presentations. 8. Building condition Reports. 9. Rehabilitation of historic buildings and structures. 10. AutoCADD services 11. Various Environmental Surveys, Reports and Studies (to include Asbestos). The A-E firm along with all proposed Consultants shall possess a Design team of licensed and registered Architects and Engineers, and have the financial capabilities to successfully execute priorities and handle workload surges of various scope and complex ities throughout the CDCC Region. To ensure that firms have the required capabilities and resources to successfully perform the anticipated A-E services for the Capital District DPW?s, the government requests that interested 8(a) firms and HUBZone Small b usinesses (along with their Consultants) identify their interests and capabilities by submitting Standard Form (SF) 254 and answering the following questions. QUESTIONS: Volume of Work: Due to the funding cycle of the Federal Government, the Directorates of Public Works (DPW?s) typically have the majority of their Operation & Maintenance Appropriation (OMA) designs positioned and awarded during the 4th quarter (Jul-Sep) of the fiscal year . For example, it would not be uncommon for approximately $750,000 - $1,000,000 worth of design services to be issued, negotiated and awarded during the 4th Reby making the start and completion dates for such projects running concurrently. Question: How would your firm and proposed Design Team(s) intend to handle a workload surge of such magnitude (i.e. numerous projects at different Installations) with start and completion dates all within the same time period? Responsiveness: In certain instances, the DPW?s require immediate assistance that demands instant responsiveness by the A-E (i.e., same or next day) for mission essential directives that could include a scope development meeting, investigation of a facility, concept desig n, cost estimate or some other action requiring A-E services. Question: How would your firm respond to such urgent requests requiring immediate attention while maintaining ongoing project schedules? Please describe in detail how the proposed Project Manager along with the proposed Design Team(s) would be distributed to meet such requests. At times, designs completed by the A-E firm are under construction while the A-E contract is ongoing, while at other times after the completion of the contract. Question: How does your firm view A-E responsibility during construction? Does your firm view it as a continuation of the design process or as a separate functional element of the Construction contract? Question: How does your firm respond to design deficiencies discovered during construction involving a design completed by your firm? Question: What is the process for corrective action? Question: What processes are in place for reviewing submittals during construction? Experience: It is anticipated that designs completed under this contract will be executed for construction through various means. Question: What is the your firms' experience with designing projects to be executed for construction through: Directorates of Contracting (DOC) Job Order Contracting (JOC) Corps of Engineers Professional Qualifications and Staffing: It is requested that the Prime contractor indicate the total and actual ?number? of individuals (including Consultants) that would be committed to this project. Please indicate by individual disciplines (i.e., Architects, Mechanical Engineers, Structural E ngineers, etc.). NOTE: Only include individuals that would be a part of the proposed design team(s) and dedicated to this contract. Submission Information: The North American Industry Classification System (NAICS) Code for this action is 541330 ?Engineering Services?. All documents shall be submitted in hard copy format by C.O.B. Wednesday April 30, 2003 and addressed to: Northern Region Contracting Center General Support Division Building 2798, Harrison Loop ATTN: LaVerne Whitfield Fort Eustis, VA 23604-5538 Contact Information: LaVerne Whitfield (Contract Specialist), (757) 878-4005 ext 3291, email: laverne.whitfield@eustis.army.mil. For additional submission information, contact the above POC or Robert Winne (Contracting Officer), 757-878-4005 ext 3288, robe rt.winne@eustis.army.mil
 
Place of Performance
Address: ACA, North Region Contracting Center Building 2798, Fort Eustis VA
Zip Code: 23604-5538
Country: US
 
Record
SN00306208-W 20030419/030417213644 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.