MODIFICATION
C -- Questions and Answers as of 14 March 11
- Notice Date
- 3/14/2011
- Notice Type
- Modification/Amendment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- USPFO for Vermont, Camp Johnson, Building 3, Colchester, VT 05446-3004
- ZIP Code
- 05446-3004
- Solicitation Number
- W912LN-11-R-0002
- Response Due
- 3/17/2011
- Archive Date
- 5/16/2011
- Point of Contact
- James A. Belaski, 802 338 3186
- E-Mail Address
-
USPFO for Vermont
(james.belaski@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. Question: Based on your knowledge of the three "primary locations", what type of "facilities" might we encounter? Answer: Possible horizontal construction projects may include, but are not limited to, pavement repair/replacement of roadways, parking lots, and taxiways; addition/alteration to installation access control points, repairs to sewage pump stations. Possible vertical construction projects may include, but are not limited to, vehicle maintenance shops, readiness centers, administrative offices, base supply facilities, soldier support facilities, administrative offices, and aircraft hanger addition/alterations. 2. Question: Do you want us to submit a rate schedule and/or fee proposal along with the sf330? Answer: No. Neither is required with the SF 330 submission. 3. Question: Would you be able to provide some additional information/clarification on the professional qualifications requested/required for: a. Energy Management Specialist b. Communications Specialist Answer: Energy Management Specialist - Although not inclusive, the specialist should have the capabilities to support the integration of Energy Policy Act of 2005, Executive Order 13423 of 2007, and familiarity with Army and Air National Guard policy governing energy management in all existing and future facilities. This comprehensive plan includes maximizing energy efficiency in existing/new facilities; conservation of water resources; increase use of energy efficient equipment, appliances and green products; reduction of solid waste; and reduction of dependence on fossil fuels and integration of renewable energy resources. The VTNG has started to integrate geothermal, biomass, and photovoltaic systems into their facilities. Communication Specialist - Although not inclusive, the specialist should have capabilities to support facility telephone and data layout and design; cable plant design and layout to include wire and fiber systems; capability to support wireless communication (RF) planning and design. 4. Question: Could you provide a brief description of the professional consulting services these consultants will be required to provide? Answer: There are no specific individual projects currently anticipated for either one of these Specialist. It is anticipated that they would contribute as part of the building design team to ensure new and renovated facilities fully integrate energy management policy into all designs and communications designs meet the growing telecommunication, data, and radio requirements for the VTNG. 5. Question: What do you anticipate the majority of the types of projects to be under this contract? Building related, site work, utility systems, other? Answer: Anticipated needs indicate mostly building related construction/renovation work with typical associated site/utility work for each building. 6. Question: Do you anticipate an architect will be the lead on the majority of the projects? Answer: Yes 7. Question: Do you anticipate the majority of the projects to be for new facilities or modifications/renovations to existing facilities? Answer: There is a blend of new facilities and modifications/renovations of existing facilities, however, new facilities have an anticipated overall higher dollar value of work. 8. Question: Are all questions and responses regarding this solicitation available for review? Answer: All questions and answers are posted with the solicitation on FedBizOpps (https://www.fbo.gov/). 9. Question: Must the firm have to meet all the requirements listed in professional qualifications (such as design)? Answer: Evaluations will be based on the Selection Criteria as identified in the solicitation. It is anticipated that design or architect will be the lead on the majority of projects and an important player on the design team. 10. Question: Is there an incumbent? Answer: Based on new evaluation criteria, this is considered a new requirement. There is an existing IDIQ, contract # W912LN-06-D-0001, with Smith-Alvarez-Sienkiewycz, Architects which will expire in June 2011. 11. Question: Is this a small business set aside? Answer: No. It is full and open competition. 12. Question: Is double sided printing required? Answer. No. The reference of "each side of a sheet of paper shall be counted as a single page" only applies if there is printed material on both sides of the sheet of paper. Blank pages do not count. The intent is to limit proposals to 60 pages of data. Double sided printing is encouraged but will not be used as a discriminator. 13. Question. Do pages need to be numbers from one to sixty? Answer. No. Proposals are not required to be numbered. Architect & Engineer IDIQQUESTIONS AND ANSWERSW912LN-11-R-0002 3/1/2011
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA43/W912LN-11-R-0002/listing.html)
- Place of Performance
- Address: USPFO for Vermont Camp Johnson, Building 3, Colchester VT
- Zip Code: 05446-3004
- Zip Code: 05446-3004
- Record
- SN02400491-W 20110316/110314234646-5658edc3f71da557ca084e6b847edb51 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |