Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 08, 2006 FBO #1504
MODIFICATION

C -- Multidiscipline Design or other Professional Services required to support Military Construction Projects within the Southwestern Region (primarily for the Fort Worth District)

Notice Date
1/6/2006
 
Notice Type
Modification
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-06-R-0018
 
Response Due
1/17/2006
 
Archive Date
3/18/2006
 
Small Business Set-Aside
N/A
 
Description
Answers to the Frequently Asked Questions Concerning this Solicitation for Clarifications and/or Corrections 1. Reference Announcement: Is this an RFQ or a RFP type solicitation? The solicitation material was presented as a synopsis. Is there a SOW or formal proposal somewhere else? Answer: This is an RFP. 2. Reference Project Information: Will the selected LDE (A-E Firm) be required to assist in the preparation of designs (bid packages) for new facilities such as barracks, dining facilities, etc? Answer: No, the LDE will not be required to design any of the Product Lines. 3. Reference Project Information, 1st and 3rd Paragraphs: The solicitation indicates that anticipated LDE &projects are primarily site design, site development, site/project integration, and management and oversight of the Military Construction executed w ithin the Southwestern Regional Boundaries&. It further indicates that projects may comprise site improvements and demolition and alterations of existing facilities &.. Does this mean we will be responsible for the actual improvements, demolition and alterations or provide the designs, oversight and integration for improvements, demolition and alterations? Answer: LDE will not perform improvements and demolition and alterations of existing facilities. 4. Reference Submittal Requirements, Paragraph 4 (h): Please clarify if no color elements refers to the entire proposal including the cover, graphics such as bar charts, etc. Answer: Yes, Information may be shared with others in the Government; we will reproduce any additional copies needed. We do not want there to be a reduction in quality therefore black and white is required. 5. Reference Submittal Requirements, Paragraph 4 (g): Please clarify the requirement for the itemized summary of DoD awards in Block H. If we have been awarded 50 task orders on an IDIQ contract in the last 12 years, does each task order need to be listed as a separate line item? If the answer is yes, can we provide this listing as an attachment to Block H? We have hundreds of such DoD task orders and given the font size limitations this list could take up a significant portion of the 20-page limit for B lock H. Answer: We are requesting only information regarding the amount of DoD work completed (ex $8 Million in 2004) and not each task order. 6. Reference Selection Criteria: What is the anticipated timing of interviews for the Most Highly Qualified Firms? Answer: Feb-Mar 06 timeframe. 7. Reference Selection Criteria, Paragraph 3 (b): Are all professional categories listed under (b) PROFESSIONAL CAPABILITIES considered key staff? Answer: Yes. 8. Reference Selection Criteria, Paragraph 3 (b): Please verify if additional resumes can be submitted beyond the minimum listed in (b) PROFESSIONAL CAPABILITIES. Answer: Yes, but r?sum?s are limited to only 1 page per person (not front and back 1 page equals one side). 9. Reference Paragraph 4, Submittal Requirement, Subparagraph (f): The last sentence indicates that we are to use no more than one project per page. We interpret this to mean you can not use two projects on a page but can have one project on two pages. Is this correct? Answer: Project shall be limited to one page. 10. Reference Paragraph 3 (b), Professional Capabilities: The requirement is for four (4) Construction Representatives. Is this a Construction Representative type position, which is an on-site construction inspector /quality assurance? Please confir m that you are not looking for a Construction Manager. Answer: Yes, we are requesting an on-site construction inspector. 11. Reference Paragraph 3 (b), Professional Capabilities: The requirement is for one (1) Registered Communications Distribution Designer. Would you please provide more detail as to the type person/experience you're looking for with that position? Answer: The RCDD should possess telecommunicatio ns expertise and experience in the design of distribution/electrical systems, knowledge of security systems such as mass notification, working knowledge of federal codes, and experience needed to perform RCDD designs and reviews as part of the technical te am under the LDE contract. The candidate should also be able to design and oversee both new and existing systems and must ensure that the project is implemented and completed in a sot and time effective manner that meets the customers needs and the proje ct parameters of cost, time and quality. The candidate must have RCDD certification. 12. Reference Paragraph 3 (b), Professional Capabilities: The requirement is for one (1) Physical Planner. Is this an Urban Planner or is there some other experience you're looking for with that position? Answer: This is an Urban Planner who will be required to design the master plan layout and to integrate all required criteria (such as traffic, infrastructure, building layouts, etc.) into the Area Development Plan. 13. The detail requirements for Paragraph 3, Selection Criteria, subparagraph (h), VOLUME OF DOD CONTRACT AWARDS, are listed in Paragraph 4, Submittal Requirement, subparagraph (g), The requirement is to provide an itemized summary including Agency, Cont ract Number/Task Order No., Project Title, and Award Amount dollars. This information is to be provided for contracts/task orders within the last twelve months. This firm performs a significant amount of work with DOD each year and providing this itemized summary will take several pages to list all contract/task order awards within the last twelve months. Since Block H is limited to 20 pages, our itemized summary will significantly reduce the number of pages available to address all of the remaining selection criteria in Block H. We respectfully request that you allow responders to have the option to address subparagraph (h) (VOLUME OF DOD CONTRACT AWARDS) in their submittal by providing a summary or total of DOD awards and then provide the details in an appendix to Block H which w ould not count as part of the 20 pages in Block H. Answer: Repeat of Item 5 above. We are requesting only information regarding the amount of DoD work completed (ex $8 Million in 2004) and not each task order. 14. Will the required personnel listed be expected to be on-site full time? Or will their on-site responsibility be limited to phase of work, particular need, or as required? Will a portion of the personnel be required to be on-site full time such as Progr am Manager, Project managers, etc? Answer: Per the FedBizOpps announcement under paragraph 2, Project Information: &.the A-E, as the Land Development Engineer (LDE), may be required to provide professional services at the construction program office in support of the Corps of Engineers st aff. Under Paragraph 1, d. Place of Performance, the FedBizOps allows for: The A-E staff directly supporting the USACE Program Manager, the Project Managers, and the associated construction office team through project integration and construction management du ties shall be located where the work is being accomplished. In some cases, the on-site LDE staff will be housed in government furnished office space. The physical location of the design team and those team members not directly supporting the on-site work can be located per the A-Es preference. 15. Are there specific requirements for submitting a Quality Management Plan, i.e. do you want to see a summary or a comprehensive plan (noting the 20pp limit)? Answer: We are requesting a summary only. 16. What is the USACE definition of the Physical Planner position and the skill set required? Answer: This is an Urban Planner who will be required to design the master plan layout and to integrate all required criteria (such as traffic, infrastructure, building layouts, etc.) into the Area Development Plan. 17. Who is the USACE Program Manager and where will she /he be located during the project? Answer: This should have read the Program Director and he will be located at the El Paso Program Office. 18. Can we include a cover letter with the SF330? Answer: Yes  A-E preference. 19. What documentation does USACE require when firms are forming a Joint Venture or Limited Liability Company (LLC)? Answer: None submitted with proposal, however your company should have the agreement signed and on file in case the agreement is needed. 20. When are the RFPs for the Product Lines being issued? Answer: Early 2006. 21. In the submittal requirements the term color elements is used. Does this refer to highlighted and colored text and can color images be used? Answer: Yes, Information may be shared with others in the Government; we will reproduce any additional copies needed. We do not want there to be a reduction in quality therefore black and white is required. 22. The solicitation notes that an organization chart for each firm must be included. Are you asking for organization charts for each individual firm representing their business model; or are you asking for one organizational chart illustrating how this co ntract will be managed? Answer: We are requesting an organizational chart illustrating how this contract will be managed. 23. In Section F, do we have the option of submitting an IDC-type contract with related task orders as one project example or splitting it up and counting each task order as a separate project example? Answer: This requirement has been removed from the FedBizOpps announcement. 24. In the submittal requirements, the size of the paper is noted as 8X11. Is this a misprint and if so, what is the required size? Answer: The paper size is standard 8.5x11. 25. Are Training Ranges expected to be part of the scope in this solicitation? Answer: No, training ranges are not part of this scope. 26. 4. (e) & Also, include a Team Project Organizational Chart for each firm proposed.  We are assuming this mean an Organization Chart for the proposed organization of the team including each proposed firm. Please confirm. Answer: We are requesting an organizational chart illustrating how this contract will be managed. 27. 4. (f) A maximum of 10 projects including the prime and consultants will be reviewed in Part I, Block F. Use no more than one project per page. As worded you cannot put more than one project on a page, however it does says that we are limited to one page per project. We are assuming that we can use more than one page for a project description. Please confirm. Answer: One page per project; project description limited to space allowed. 28. 2. (b) & two LEED certified professionals familiar with compliance of sustainability requirements during design and construction, & Is the intent to require LEED accredited professional, there is no such designation as a LEED certified professional? Answer: We are requiring a LEED accredited professional. The terminology of a LEED certified professional is not concurrent with industry. 29. construction management and development of construction documents in support of the Military Construction Program. Typical work may include, but is not limited to: a) the preparation of plans, specifications, and cost estimates; b) development of cost estimating, cost management, quality control and quality assurance plans; c) construction management, oversight and inspection;  We read this to mean that the LDE is to help prepare documents for design build contractors for the associated projects type s, including preparation of 1390/91 documents, as well as providing title II services for the design/build project types during construction. Please confirm that this is the intent of the solicitation. Answer: The LDE will not be required to design any of the Product Lines but may be tasked to complete the design for subsequent phases of the site infrastructure.
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
Country: US
 
Record
SN00962489-W 20060108/060106212321 (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  © 1994-2020, Loren Data Corp.