The RFP Database
New business relationships start here

Architech and Engineering Services


New York, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The Mission and Installation Contracting Command - Fort Drum is conducting market research to determine the extent of sources capable of performing as a prime contractor under a single three year horizontal, and a single three year vertical Architect and Engineering Services Contract. The Government will use responses from this sources sought synopsis to make an appropriate acquisition decision about soliciting this requirement. This is neither a solicitation announcement, nor a Request for Proposals (RFP) or Invitation for Bids (IFB) and does not obligate the Government to any contract award. Responses to this Sources Sought notice are for PLANNING PURPOSES ONLY.

The purpose of this Sources Sought Notice is to determine interest and capability of potential qualified businesses relative to the North American Industry Classification Code (NAICS) 541330, Engineering Services. The small business size standard is $15M. The requirement is not intended to function as a design-build contract.



The scope of work under this acquisition will include, but not be limited to the following: Architect-Engineering (A-E) Services for the design and investigation of construction projects on Fort Drum, New York. The primary service is architectural and engineering. Additional engineering and design services to be available under this contract, on an as needed basis will be: architectural, engineering, electrical, mechanical, structural, civil, environmental, and interior design. A professional Architect or Engineer, licensed in the State of New York shall stamp all contract drawings. Investigative services may be required for programming, comprehensive planning, area development, design of new facilities; or the renovation, repair, and maintenance of residential, commercial, and industrial facilities; including building renovations and new building construction.
Design services may include preliminary conceptual sketches; presentation drawings; final construction drawings; specifications written in the Construction Specification Institute (CSI) format using SpecsIntact; economic analysis, construction cost and time estimates; engineering calculations, logs; and study reports. Projects may include various combinations of architectural, landscape architecture, structural, civil, geotechnical, mechanical, electrical, environmental and other engineering and technical disciplines.


Investigative services may include studies, reports, design analysis, constructability and peer reviews, surveys, and cost estimates. Services may be required for the inspection of construction projects. Non-design services may include parametric designs, design Charrettes including Eco- Charrettes studies; geotechnical investigation; topographic surveys; technical specifications; wetland delineation and ability to prepare wetland mitigation plans; preparation/permit applications; hazardous materials/field investigation/survey; sustainable design/ Leadership in Energy and Environmental Design; interior design; cold weather design (ASHRAE 90.1, Zone 6); building information modeling; and construction phase services, including but not limited to design during construction, preparation of operation and maintenance manuals, shop drawing review, site visits, and commissioning and testing support.


The A-E firm, along with proposed consultants, shall possess personnel with experience in the following disciplines: Project Manager; Quality Assurance Manager; Architecture (Registration required); Structural Engineering; Civil Engineering; Mechanical Engineering; Electrical Engineering; Fire Protection Engineering; Cost Engineering; Geotechnical Engineering; Licensed Interior Designer; Accredited LEED specialist; Certified Value Specialist; Historical Architect; Lead/Asbestos Abatement Inspector and Land Surveyors (P.L.S). The A-E team shall possess the technical expertise and financial capability to successfully execute workload surges of various scope and complexities on routine and priority projects to include multiple Task Orders.


If this is determined to be a Small Business set-aside, FAR 52.219-14 - Limitations on Subcontracting, will apply on the task order level.


Responses to this sources sought shall be limited to 20 pages and shall include the following:


1. Company profile to include company name, office location(s), DUNS/CAGE Code number, email address, and a statement regarding current small/large business status (i.e. - certified 8(a), Service Disabled Veteran-Owned (SDVOSB), Woman-Owned (WOSB), Economically Disadvantaged Woman-Owned (EDWOSB), or certified HUBZone).
2. Name, title, address, phone number, email address of company point of contact.
3. Management approach to staffing this effort with qualified personnel.
4. Prior/current experience performing efforts of similar size and scope within the last six years, including contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government/customer point of contact with current phone number and email address, and a brief description of how the referenced contract relates to the services described herein.
5. Primary risk areas and/or potential issues associated with an acquisition of this type. How do you propose to mitigate any risk(s)?
Please discuss approaches to completion and management of workload surge with commencement and completion dates all within the same general time period? Please include required response time to the Government for site visits or meetings held on Fort Drum.


Respondents are encouraged to review the information requested above carefully and ensure a complete response for thorough consideration. Respondents shall note that the Government will not return any information submitted in response to this notice.


The Government is not responsible for any costs incurred by respondents regarding any responses to this notice. Responses to this sources sought notice shall be submitted to the POC below, via email (PDF or MS Word Format), no later than 16 August 2018. Responses shall be sent via email to Victoria Schermerhorn at victoria.e.schermerhorn.civ@mail.mil


Victoria Schermerhorn, contract specialist, Email victoria.e.schermerhorn.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP