Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 27, 2002 FBO #0146
SOLICITATION NOTICE

R -- INDEFINITE DELIVERY, INDEFINITE QUANTITY CONTRACT FOR GENERAL ARCHITECT-ENGINEERING SERVICES

Notice Date
4/25/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Transportation, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Miami, 15608 SW 117th Avenue, Miami, FL, 33177-1630
 
ZIP Code
33177-1630
 
Solicitation Number
DTCG82-02-R-3WCA32
 
Response Due
6/6/2002
 
Archive Date
6/21/2002
 
Point of Contact
Berta Gomez, Contracting Officer, Phone 305-278-6722, Fax 305-278-6696,
 
E-Mail Address
bgomez@ceumiami.uscg.mil
 
Description
Architect-Engineering and related technical and support services through an Indefinite Delivery, Indefinite Quantity Contract (IDIQ), for maintenance and repair projects within the Seventh Coast Guard District. The geographical area of responsibility includes: Florida, Georgia, South Carolina and the Caribbean, including the Commonwealth of Puerto Rico, the U.S. Virgin Islands, and Guantanamo Bay, Cuba. Typical services required include: a. Architectural and engineering design, b. Preparation of construction documents, c. Design calculations, d. Cost estimating, e. Surveying, including metes and bounds, topographic and planimeteric, f. Site investigations, g. Civil Engineering Inspections, h. Engineering studies and economic analysis, i. Engineering reports preparation and presentation, j. Historical research, studies, reports, consultation and documentation. k. Environmental evaluation, consultation and documentation as required under the National Environmental Policy Act (NEPA), l. Preparation and submission of permit applications and documentation, m. Construction Scheduling, n. Construction monitoring and inspection , o. Construction submittal reviews, p. Renderings, r. Presentations, s. CADD drafting services, including as-builts, t. Other engineering services as required for the maintenance, rehabilitation, alteration, construction and facilities management of Coast Guard Shore Facilities at locations throughout Civil Engineering Unit Miami service area. Criteria to be evaluated in the selection of the A-E firm will include: 1. Professional qualifications of the firm to accomplish contemplated assigned tasks. 2. Professional capacity of the firm to accomplish contemplated work within the required time limits. 3. Adequacy and qualifications of consultants if used. 4. Recent specialized experience of the firm in a wide range of Architectural-Engineering assignments, including as examples: a.) Industrial facilities design and support structures. b.) Barracks and subsistence facilities design. c.) Aircraft facilities design. d.) Restoration and preservation of historic structures other than Lighthouses. 5. Previous Federal design experience. 6. Ability to provide cost estimating services. 7. Ability to provide qualified construction inspection services. 8. Cost control effectiveness. 9. Ability to provide AUTOCADD drawings in the allocated design time. 10. Physical location of the A-E firm within the Civil Engineering Unit Miami area of responsibility. At least, one of the selected firms shall be located within the Seventh District, preferably, within the Metropolitan Miami area.. 11 Other factors considered pertinent by the selection board. The contract period is for the base year with four one-year renewal options. There will be no future synopsis in the event the option included in the contract is exercised. The government guarantees a minimum amount of $10,000. The maximum amount of total services to be performed by the contractor during the term of the IDIQ shall not exceed $1,000,000.00 per year. Individual Delivery Orders will not exceed $300,000.00 per order. Multiple awards will be made from this solicitation. Firms desiring consideration are invited to submit completed SF 254 and 255. The prime must also submit completed SF 254 and 255 for all the A-E firms it plans to utilize as subcontractors. Responses must be received by 3:00 p.m. on June 6, 2002. This is an unrestricted procurement. The NAIC is 541310 and 541330 Telegraphic and facsimile SF 254/255 will not be accepted. This is not a Request for Proposal.
 
Place of Performance
Address: WITHIN THE USCG SEVENTH COAST GUARD DISTRICT AREA OF RESPONSIBILITY
 
Record
SN00066172-W 20020427/020425213228 (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.