MODIFICATION
C -- Architect-Engineer Services for Indefinite Delivery Contract #21 for Regional Directorate of Public Works, Fort Drum, New York
- Notice Date
- 6/25/2003
- Notice Type
- Modification
- Contracting Office
- US Army Engineer District, New York - Military, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
- ZIP Code
- 10278-0090
- Solicitation Number
- FEDBIZOPS-03-171-0007
- Response Due
- 7/21/2003
- Archive Date
- 9/19/2003
- Point of Contact
- Ina.Joyce.Ohrwashel, 212-264-0154
- E-Mail Address
-
Email your questions to US Army Engineer District, New York - Military
(Ina.J.Ohrwashel@nan02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA The following additions are made to the announcement on the 20 June 2003 Scope of services required: The selected A-E firm shall have the ability of preparing planning documents, design documents, cost studies, investigations, and reports; perform surveys; provide monuments and reports for various projects to include, but not limited to rehabilitation of transportation facilities, buildings, replacement of existing bridges, replacement of storm and sanitary drainage lines gas main replacement, HVAC systems and utility systems. Projects may also include construction of new faci lities and buildings and unique additions to existing infrastructure. The selected A-E firm shall also have the ability to prepare RFP??????s for design-build type projects. These projects will be designed in conformance with COE regulations and DoD des ign standards. The A-E shall also be able to perform construction services, which include construction inspection of assorted type of projects and at various sites and review of shop drawings during the construction phase. Coordination experience with env ironmental regulatory agencies (i.e. EPA, DEC, etc.) is required Technical capability required: The following specific abilities and disciplines are required: Architectural, Civil, Electrical, Mechanical, Structural, Cost Estimating, Value Engineering, Fire Protection, Surveying, Geo-technical, Environmental, Sustainab ility, Certified Asbestos Specialists, and Certified Industrial Hygienist. Personnel registered in the state of New York are required. Firms not having full in house capability must demonstrate how they will manage subcontractors and insure quality contr ol. Prime firms must demonstrate its plan for successful quality assurance and integration of all design disciplines. Responding firms should indicate their ability to use Dr. Checks review system. Experience with the Corp's M-CACES Gold Cost Estimating program, or the firm's capability to use the program is required. Production of drawings (CADD) must be accomplished in the latest versions of Microstation and/or AutoCAD. Specifications and design analyses shall be prepared using the latest version of MS Word. In addition to the above, the selected firm should be required to produce Plans and Specifications in Electronic Bid Solicitation (EBS) format. Specification sections are to be provided in Portable Document Format, (.pdf) and Contract Design fi les are to be provided in Continuous Acquisition and Life-Cycle Support format, (.cal). Cost estimates shall be accomplished in the latest version of M-CACES.
- Place of Performance
- Address: US Army Engineer District, New York - Military CENAN-CT, 26 Federal Plaza, New York NY
- Zip Code: 10278-0090
- Country: US
- Zip Code: 10278-0090
- Record
- SN00356859-W 20030627/030626003617 (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 |