Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 01, 2006 FBO #1648
SOURCES SOUGHT

C -- A-E Services for the Regional Tidewater Directorate of Public Works

Notice Date
5/30/2006
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
ACA, NRCC, Installation - Fort Eustis, ATTN: ATZF-DPC, 2798 Harrison Loop Complex, Fort Eustis, VA 23604-5538
 
ZIP Code
23604-5538
 
Solicitation Number
W91QF1-06-R-0014
 
Response Due
6/12/2006
 
Archive Date
8/11/2006
 
Small Business Set-Aside
N/A
 
Description
The Fort Eustis Directorate of Contracting is conducting market research in order to identify the availability of sources that possess the capabilities, expertise, knowledge, and resources to meet the unique and demanding Architect-Engineer (A-E) ser vice requirements of the Regional Tidewater Directorate of Public Works (DPW) or other installations/customers serviced by the Northern Region Contracting Center. The Tidewater Region consists of Fort Eustis, Fort Lee, Fort Monroe, and Fort Story, VA. Th is is not a formal solicitation or a request for proposal. The requirement is not intended to function as a design-build contract. This is a sources sought announcement seeking only Small Business in the following programs: 8(a); HUBZone; and Service-Dis abled Veteran-Owned. For the purpose of small businesses, the NAICS code is 541330 Engineering Services, with a $4.5M size standard. This Market Research is not to be construed as a commitment by the Government, and the Government will not reimburse for i nformation received as a result of this announcement. The services that may be required will consist of, but are not limited to: Designs and or Feasibility Studies for new and existing structures, various repairs, alterations and or improvements to Barrac ks, Administrative facilities, Army Family Housing (AFH) Units, Warehouses and other existing facilities or installation infrastructure; Pavement Condition Inspections to include the design and or inspection of roads and other surfaced areas; Storm water a nd other drainage systems; Structural Roof Truss Inspections; Building condition reports, including Installation Status Reports (ISR); Rehabilitation of historic buildings and structures; Project Management, Inspection Services, and or Quality Assurance (Q A) for construction projects; AutoCADD services, including the scanning or digitization of existing construction drawings; Environmental Surveys, Reports, Studies and Designs for the clean-up, removal, monitoring and/or abatement of asbestos, hazardous/tox ic materials and petroleum products; Antiterrorism design for Federal facilities; energy conservation; pollution prevention waste reduction; recovered materials; and the SPiRiT and or LEED rating systems for energy conservation and sustainability. The A-E firm along with proposed consultants shall possess a comprehensive staff of licensed and registered Architects and Engineers that possess Commonwealth of Virginia registered personnel with experience in the following disciplines: Architectural, Civil, Env ironmental (to include a Certified Industrial Hygienist (CIH)), Electrical, Geotechnical (Soils Engineer), Historic Preservation, Land Surveying, Mechanical, and Structural. The A-E team shall possess the technical expertise and financial capability to su ccessfully execute workload surges of various scope and complexities on routine and priority projects to include multiple Task Orders throughout the entire Tidewater Region. The response shall include the following information: Company Name; Company Size to include total number of employees; Socio-Economic status (8(a); HUBZone; and Service-Disabled Veteran-Owned); revenue for the last three years; DUNS number; all relevant past performance on same and or similar type work from the past three (3) years; an d your firms teaming capability to perform the anticipated A-E services. In addition, your firm shall address and answer the following questions: (1) Volume of Work: Due to the funding cycle of the Federal Government, the Regional Tidewater DPWs typically have the majority of their Operation & Maintenance Appropriation (OMA) designs (and construction) positioned and awarded during the 4th quarter of the Fiscal Year (FY) (Jul-Sep). Assuming that approximately 70% of the $1,000,000.00 average of design services prepared each FY are awarded during the 4th quarter, thereby making the commencement and completion dates for such projects running concurrent with each ot her, (a) How would you complete and manage a workload surge of such magnitude (i.e. numerous projects at different installations) with commencement and completion dates all within the same general time period?; (b) How would you allocate, develop, and obta in the necessary resources required to execute approximately $1M of design work for multiple installations during the same time periods? (2) Responsiveness and Location of firm(s): Often, the Tidewater Regional DPWs require immediate assistance that demands on-site response by the A-E team (i.e., same or next day) to mission critical directives such as a scope development meeting, investiga tion of a facility, concept design and or verification of cost estimates or some other action requiring professional A-E services, (a) Provide the location of the A-E firm as well as the locations of each consultant.; (b) How would you specifically respond to such urgent requests requiring immediate attention while maintaining ongoing project schedules?; (c) Describe in detail how the A-E Project Managers, Architects, and Engineers for on-going projects will be distributed to meet such requests. (3) Often, designs completed by an A-E are either under construction while the A-E contract is ongoing or after expiration of the A-E contract period, (a) How does your firm view A-E liability/responsibility during the construction phase? As a continuation of the design process or as a separate functional element of the independent Construction contract?; (b) How would your firm respond to differing site conditions and/or design deficiencies discovered during construction involving a design completed by you r firm; (c) Describe the specific processes involved for corrective action?; (d) What internal processes are in place for reviewing submittals during construction? (4) Specialized Experience: The Tidewater Regional DPWs execute construction projects from designs completed under A-E contracts through various means. What is your firms experience with design projects to be executed for construction through (a) Job Order Contracting (JOC); (b) Corps of Engineers; (c) Installation Contracting Offices? Also, address your firms experience and use of the 2003 International Building Code (IBC), National Fire Code, State Building Codes, and past experience and/or capability to use R.S. Means cost books and data and EuroJOC estimating software. All requirements of this announcement must be addressed and presented in sufficient detail for the Government to determine that your firm, to include any proposed consultants and joint ventures, possess the necessary expertise and experience to execute and successfully perform such A-E services. The information must be submitted by 2:00pm Monday June 12, 2006 to the following address: Army Contracting Agency (ACA), Northern Region Contracting Center (NRCC), Fort Eustis Directorate of Contracting, Attn: Re becca Fowler, 1816 Shop Road, Building 6268, Fort Lee VA 23801.
 
Place of Performance
Address: Directorate of Public Works and Logistics 1816 Shop Road Fort Lee VA
Zip Code: 23801
Country: US
 
Record
SN01059133-W 20060601/060530220644 (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 |
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.