Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2002 FBO #0223
MODIFICATION

C -- Professional A-E Mechanical-Electrical Services

Notice Date
7/10/2002
 
Notice Type
Modification
 
Contracting Office
Department of Transportation, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Juneau, P.O. Box 21747, Juneau, AK, 99802-1747
 
ZIP Code
99802-1747
 
Solicitation Number
DTCG87-02-R-643126
 
Response Due
7/25/2002
 
Description
DTCG87-02-R-643126 Modification #01 - The Coast Guard Civil Engineering Unit, Juneau, Alaska, requires professional mechanical / electrical engineering services on an as-need basis in support of various design projects throughout Alaska. This requirement is for an electrical/mechanical lead with professional support in architectural, civil/structural engineering, environmental engineering, geo-technical and cost estimating disciplines, in order to accomplish complete project designs. Project types may include new construction, modifications or replacement/upgrade of mechanical / electrical systems and facilities. Coast Guard facility types are varied, but are predominately housing, office, aircraft hangar, pier, industrial and storage facilities located in marine environments. Project types may include, but not limited to underground utilities, HVAC systems, steam systems, power generation, electrical switchgear, fire alarm systems, programmable logic controllers and control wiring. The A-E shall be capable of producing detailed construction drawings and specifications, along with accompanying cost estimates at various stages of design completion. Work may be subject to statutory fee limitations and design-within-funding limitations. All work submitted to the Coast Guard must be in accordance with the Construction Specification Institute (CSI) format. Delivery will be negotiated on a task order basis. The A-E must be proficient in electronic correspondence. The selected firm may be required to sign a security agreement regarding disclosure of procurement information. The selected firm will be required to provide proposed overhead, profit and hourly rates for all disciplines to the Contracting Officer within ten working days after receiving notification of final selection. The resultant contract will be a fixed-price indefinite delivery, indefinite quantity (IDIQ) A-E contract. The total amount will not exceed $500,000 per year and shall not exceed $300,000 per Task Order. The contract will provide for a minimum guarantee of $10,000 during the effective period of the contract, which will be for one year from the date of award. The contract will include four one-year renewal options. The total life of the contract, including all options, shall not exceed five years. The Government reserves the right to make multiple awards. Selection of a firm for negotiation is through an order of precedence based on demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required, as determined by applying the following criteria: 1. Professional qualifications necessary for satisfactory performance of the required services; 2. Specialized experience and technical competence in electrical/mechanical engineering work in remote locations and marine environments, including experience in energy conservation; 3. Capacity to accomplish task order work of the magnitude specified herein; 4. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules (include names and phone numbers of references); 5. A-E is located in the State of Alaska and is knowledgeable regarding Alaska building requirements, costs and challenges, provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. This procurement is issued on an unrestricted basis in accordance with the Small Business Competitiveness Demonstration Act. This is NOT a small business set-aside. Qualified A-E firms desiring consideration shall submit a Standard Form 254 and Standard Form 255 prior to the close of business (4:00 PM) on July 25, 2002. (The SF-254 and SF-255 may be obtained via the Internet through the GSA Electronic Forms Library at http://www.gsa.gov/forms/). An SF-254 must be submitted for each member of proposed teaming arrangements, including subconsultants. In Block 10 of SF-255, state why your firm is specially qualified based on the evaluation criteria (supplemental pages may be added). Only the SF-254 & SF-255 will be reviewed. DO NOT SEND ANY OTHER LITERATURE. Experiences identified in Block 8 should not be more than five years old. The SF-254 and SF-255 shall be annotated with the Solicitation Number DTCG87-02-R-643126. Submit to the Contracting Officer, USCG Civil Engineering Unit, Attn: J. H. O?Malley, P.O. Box 21747, 709 W. 9th Street, Rm. 817, Juneau, Alaska 99802-1747. Corrected e-mail address: jo'malley@cgalaska.uscg.mil. Faxed SF-254s and SF-255s will be accepted (fax to (907) 463-2416). The sender is responsible for verification of receipt of fax transmissions. No solicitation will be issued. This is not a request for proposals. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (10-JUL-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 11-JUL-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Place of Performance
Address: Various U.S. COAST GUARD SITES, ALASKA, c/o COMMANDER, United States Coast Guard, Civil Engineering Unit, Room 817, P.O. Box 21747, Juneau, Alaska
Zip Code: 99802-1747
Country: USA
 
Record
SN00114397-W 20020713/020711213500 (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.