Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2003 FBO #0485
SOURCES SOUGHT

C -- Source for Sought for An Indefinite Delivery Indefinite Quantity Contract (IDIQ) for Architect and Engineer Services for various projects for the Northern Region Contracting Center, NRCC, Fort Lee, Virginia

Notice Date
3/28/2003
 
Notice Type
Sources Sought
 
Contracting Office
ACA, North Region Contracting Center, Building 2798, Fort Eustis, VA 23604-5538
 
ZIP Code
23604-5538
 
Solicitation Number
DABJ01-03-R-0045
 
Archive Date
6/30/2003
 
Point of Contact
GEORGE HERNDON, 804 734 4700
 
E-Mail Address
Email your questions to ACA, North Region Contracting Center
(herndong@lee.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The Northern Regional Contracting Center (NRCC), Installation Division ? Fort Lee Branch located at Fort Lee (Prince George County), Virginia is conducting a market survey. The survey is to identify firms that possess the capabilities, knowledge and resou rces to meet the unique and demanding requirements of the Regional Tidewater Directorates of Public Works (DPW) or Directorates of Engineering and Logistics (DEL) supported by the NRCC ? Fort Lee Branch. The DPW/DEL?s consist of various military installa tions that include Fort Eustis, Fort Lee, Fort Monroe, Fort Pickett and Fort Story. The requirement will be for Architect - Engineer (A-E) Services only and is not intended to function as a design-build contract. The following are examples of the types o f services that have been previously completed and are anticipated under the proposed action: 1. Designs and/or Feasibility Studies of administrative, educational, industrial and warehouse facilities as well as barracks, army family housing and other existing facilities, 2. Various Designs/Studies utilizing disciplines such as Architectural, Mechan ical, Structural, Civil, Land Surveying, Geotechnical (Soils Engineer), Environmental, and Electrical Engineers, as well as Estimating, Plumbing, Communication, Fire Protection and Energy Management Controls, 3. Design new and/or renovate existing faciliti es to accommodate various functions and use groups, 4. Landscape design, 5. Master Planning documentation, 6. Installation design guides, 7. Marketing Brochures, 8. 1391 Preparation, 9. Design Charrette?s and concept designs, 10. Construction Contract Admi nistration (Quality Assurance (QA) Inspectors), 11. Design renderings and presentations, 12. Virtual/Web based presentations, 13. Building condition Reports, 14. Rehabilitation of historic buildings and structures, 15. AutoCAD services, and 16. Environment al Surveys, Reports and Studies. The A-E firm shall maintain a staff of licensed and registered Architects and Engineers. The firm shall have the financial capabilities to successfully execute priorities; and handle workload surges of various scope and complexity for multiple Task Orders throughout the entire Tidewater Region. The government requests interested firms identify their interests and capabilities to meet the above requirements by submitting their Standard Forms (SF) 254 & 255. The documents shall be submitted in hard copy fo rmat to the Northern Regional Contract Center (NRCC), Installation Division ? Fort Lee, ATTN: George Herndon, 1830 Quartermaster Road, Fort Lee, VA 23801-1606. Telephone (804) 734-4985 and email: herndong@lee.army.mil no later than (NLT) 2:00 P.M. local ti me, 1 May 03. In addition the firms shall answer the following questions: Unique capabilities of the A-E: Volume of Work: Due to the funding cycle of the Federal Government, the regional tidewater DPW/DEL?s typically have the majority of their Operation & Maintenance Appropriation (OMA) designs (and construction) positioned and awarded during the 4th quarter (Jul-Sep) of th e fiscal year. For example, of the over $1M average of design services prepared each fiscal year through the tidewater regional contract, over 70% of the Task Orders are awarded during the 4th quarter, thereby making the start and completion dates for su ch projects running concurrently with each other. 1. Question: How would your firm 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? 2. Question: How does your firm intend to allocate/develop/obtain the resources required to execute approximately $1M of design work for multiple Installations at the same time? Responsiveness: Often, the Tidewater Regional DPW/DEL?s require immediate assistance that demands instant responsiveness by the A-E (i.e., same or next day) to mission critical directives that might include a scope development meeting, investigation of a facility, concept design and cost estimate or some other action requiring A-E services. 3. Question: How would your firm respond to such an urgent request requiring immediate attention while maintaining ongoing project schedules? Please describe in detail how the Project Managers, Architects and Engineers for on-going projects will be distri buted to meet such requests. The Tidewater Regional A-E contract is a 3-year contract (1 Base Period + 2 Option Periods). Often, designs completed by the A-E are under construction while the A-E contract is ongoing, other times after the completion of the contract period. 4. Question: How does your firm view A-E liability during construction? Does your firm view it as a continuation of the design process or as a separate functional element of the Construction contract? 5. Question: How would your firm respond to differing site conditions and/or design deficiencies discovered during construction involving a design completed under the subject contract? 6. Question: What would be the process for corrective action? 7. Question: What are the processes in place for reviewing submittals during construction? Experience: The Tidewater Regional DEL?s typically execute (for construction) the designs completed under A-E contracts through various means. 8. Question: What is the your firms' experience with designing projects to be executed through: a. Job Order Contracting (JOC)? b. Corps of Engineers? c. Installation Contracting Offices?
 
Place of Performance
Address: ACA, North Region Contracting Center Building 2798, Fort Eustis VA
Zip Code: 23604-5538
Country: US
 
Record
SN00290453-W 20030330/030328213643 (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.