Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 05, 2008 FBO #2536
SOLICITATION NOTICE

C -- Amendment #0002 Clarifications to A-E Ft. Riley Hospital Replacement Project. Submittal Due date Nov. 7, 2008 - 2:00 pm CDT

Notice Date
11/3/2008
 
Notice Type
Modification/Amendment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Kansas City, US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ09R4001
 
Response Due
11/7/2008
 
Archive Date
1/6/2009
 
Point of Contact
Stephanie Hicks, 816-389-3965<br />
 
Small Business Set-Aside
N/A
 
Description
CHANGES/CLARIFICATIONS to the Government Partnering discussion Fort Riley Hospital Replacement A-E Solicitation #W912DQ-09-R-4001 Amendment #0002 CONTRACT INFORMATION: No changes. NOT A SET-ASIDE ACQUISITION: No Changes PROJECT INFORMATION (Paragraph 6) The Kansas City District intends to utilize Early Contractor Involvement (ECI) for the acquisition of the construction portion of this project. The use of ECI requires collaboration between the designers, customers, and the ECI construction contractor during the design phase of the project. Collaboration between the designers and the ECI construction contractor allows for the incorporation of key comments from the Government, user, certifying agencies and construction contractor in finalizing the design product. To optimize collaboration, the A-E shall provide space for two (2) ECI contractor employees and two (2) Government employees within the A-Es office for the duration of the design. The ECI contractor employees will be providing constructability and pricing input to the design team. (split New Paragraphs) Design Liaison: The Government will assign a design liaison from the Kansas City District. The design liaison serves as an on-site representative of the government to respond to contractual questions, provide ECI process expertise, and serve as a communication point of contact between the government, AE and the preconstruction services contractor as the design progresses. Embedded Government Designers: The Government will provide design expertise from the Kansas City District. The embedded designers will serve in a design production capacity, assisting the A-E firm in the design and construction document development. The goal of this requirement is to partner with industry to gain and share technical skills and best business procedures and practices in healthcare facility design. Available disciplines with facility design experience (no healthcare design experience) include architecture, mechanical engineering, electrical engineering, structural engineering, and interior design. The embedded Government employees will work directly in the offices of the A-E firm to the maximum extent possible. The Government will provide resumes in accordance with the positions identified above upon request of the offeror. This requirement will be further defined in the scope of work and a Memorandum of Understanding (MOU) will be developed. Further, this project will require fast-tracking and the A/E will be required to achieve a schematic design by June 2009 and the final design in phased packages by September 2010. Government Design Partnering: Submit a narrative partnering plan, not to exceed two pages in length, detailing how your firm intends to utilize the Government personnel in your design effort (address in Section H of the SF 330). SELECTION CRITERIA (page 7): Selection Criteria G has been OMMITTED: G. GOVERNMENT DESIGN PARTNERING. Section I has been CHANGED: (Applies only to Large Business Firms). SMALL BUSINESS, SMALL DISADVANTAGED BUSINESS AND WOMEN-OWNED SMALL BUSINESS, HUBZONE SMALL BUSINESS, VETERAN-OWNED SMALL BUSINESS AND SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS PARTICIPATION. Extent of participation of SB, SDB, WOSB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. CLARIFICATIONS AND ANSWERS TO QUESTIONS FROM THE VENDORS 1.Request the resumes for the design liaisons/embedded Government team members for all disciplines, as stated in the Combined Synopsis/Solicitation. a.Resumes are now available in PDF format. Please send email to Stephanie.d.hicks@usace.army.mil to request attachment. 2.We would also like clarification as to the intent of the embedded Government staff. a.See added description in the Embedded Government Designers Paragraph. 3.Do you only allow 1st Tier subcontracting to qualify the percentage of the total estimated or can you also do 2nd Tier? a.Only the first tier qualify. 4.Section B. Qualified Professional Personnel Qualifications and Section E. Capacity to Accomplish The Work. QUESTION: Do all (4) fire protection engineers need to meet ALL qualifications the same as the Lead Discipline or do the remaining three need to have the required training and/or education? a.Only the Lead for each discipline is required to meet all the qualifications as indicated in section B. b.We expect contractor to have the capacity to complete the design with a minimum number of personnel as indicated for each discipline identified in Section E, we want the contractor to provide no more than 3 resumes per discipline. This solicitation information with attachments can also be viewed at https://acquisition.army.mil/asfi/ under the Contracting Opportunities Search (left column) Enter the solicitation number (%09R4001) to retrieve additional attachments. RFP (AE Qualification Documents) due date, Remains Unchanged Nov. 7, 2008 2PM CDT
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=498b3bd43ef9ecfdf0998c2ecb1c23b6&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO<br />
Zip Code: 64106-2896<br />
 
Record
SN01699643-W 20081105/081103214630-498b3bd43ef9ecfdf0998c2ecb1c23b6 (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.