Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2002 FBO #0123
SOLICITATION NOTICE

C -- Construction Inspection Services

Notice Date
11/21/2001
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Transportation, United States Coast Guard (USCG), Commanding Officer, USCG Facilities Design & Construction Center (Pacific), 915 Second Avenue Room 2664, Seattle, WA, 98174-1011
 
ZIP Code
98174-1011
 
Solicitation Number
DTCG50-02-R-643G14
 
Response Due
12/21/2001
 
Point of Contact
Anita Repanich, Contracting Officer, Phone 206-220-7426, Fax 206-220-7390, - Kyle Hicks, Chief of Contracting Office, Phone (206)220-7420, Fax (206)220-7390,
 
E-Mail Address
Arepanich@pacnorwest.uscg.mil, khicks@pacnorwest.uscg.mil
 
Small Business Set-Aside
8a Competitive
 
Description
Provide construction surveillance, inspection and related construction management services on an as-needed basis on Coast Guard Facilities throughout the United States, including Alaska and Hawaii. This contract is set aside for the 8a program. Should sufficient 254/255?s not be received from 8a firms, the procurement will be converted to full and open competition. Firm shall be capable of providing the following services: (a) Provide on-site inspection and surveillance services to ensure the contractor is complying with the construction plans and specifications and with the contract requirements; (b) Review, analyze, and make recommendations including preparation of cost estimates and time/schedule impacts on potential changes; (c) Review contractor?s project schedule and monthly payment vouchers; (d) Maintain appropriate project field files, review contractors payrolls; (e) Prepare and submit monthly progress reports including narrative and photographs; (f) Communicating with other on-site representatives to coordinate construction activities. The services will be provided under a 12-month Indefinite Delivery Contract (IDC). Under an IDC, individual firm fixed-price task orders for specific services are negotiated when the need for services arises. Each IDC is guaranteed a minimum of $5,000.00 and is limited to maximums of $500,000.00 per task order and $3,000,000.00 total for all task orders. The Government reserves the right to exercise four (4) one-year options subject to the same dollar threshold limitations of the basic year as stated above. Anticipated award date is January 2002. The following evaluation criteria are in descending order of importance: (1) Professional qualifications of inspectors and present staff.; (2) Recent specialized experience including Department of Transportation and other Federal work; (3) Working Knowledge of federal, state, and local regulations which may impact construction projects; (4) Ability to support projects throughout the United States including Alaska and Hawaii. Firms desiring consideration should submit SF254?s/255?s to the address indicated above no later than 4:00 p.m. on 21 December 2001. No additional information is available at this time regarding this project. Attention: Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs) ! The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,000.00 with interest at the prime rate. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov. - DTCG50-02-R-643G14
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOT/USCG/USCGFDCCP/DTCG50-02-R-643G14/listing.html)
 
Place of Performance
Address: Various
 
Record
SN00052484-F 20020404/020402214310 (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  © 1994-2020, Loren Data Corp.