Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2002 FBO #0244
SOLICITATION NOTICE

C -- PROFESSIONAL ARCHITECT-ENGINEER DESIGN INDEFINITE-DELIVERY, INDEFINITE-QUANTITY SERVICES FOR THE U.S. COAST GUARD

Notice Date
8/1/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Transportation, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Oakland, 2000 Embarcadero Suite 200, Oakland, CA, 94606-5000
 
ZIP Code
94606-5000
 
Solicitation Number
DTCG88-R-2-623238
 
Response Due
9/2/2002
 
Point of Contact
James Cooper, Contract Specialist, Phone 510-535-7280, Fax 510-535-7233, - Jeffrey Cross, Supervisory Contract Specialist, Phone 510-535-7236, Fax 510-535-7233,
 
E-Mail Address
JFCooper@d11.uscg.mil, JCross@d11.uscg.mil
 
Description
The Government intends to award Indefinite Delivery/Indefinite Quantity Contracts (IDIQ) for Architect-Engineering services on multidisciplinary projects at Coast Guard shore facilities. The primary area of responsibility will include California, Oregon, and Washington, with rare projects in Idaho, Montana, Nevada, and Arizona. Other possible project sites include Alaska, Hawaii, and US territories across the Pacific Basin. Coast Guard shore facilities addressed here typically include light commercial, light industrial, waterfront, recreation, administrative, residential, and special purpose facilities such as communications, Loran, and air stations. The Government intends to award two contracts each with a base period of one year plus four one-year option periods. The aggregate (both contracts) dollar amount of delivery orders placed against the contract shall not exceed $2,000,000 for the base year and $2,000,000 for each option year. Individual Delivery Orders may not exceed $300,000. Civil Engineering Unit (CEU) Oakland will require professional engineering services involving various disciplines and skills. Disciplines that may be required include mechanical, electrical, structural, geo-technical, sanitary, civil, and ocean/coastal engineering. In addition to design/engineering services, we may required seismic analysis, construction management, peer-level design review, value engineering, cost estimating energy savings analysis, drafting, construction inspection, surveying, engineering inspections, facility condition inspection and assessment, coordinating permitting and fee compliance requirements with Federal, State, and local agencies and preventive maintenance evaluations. In addition to complete designs, deliverables may include studies, reports, program development and schematic designs, condition assessments, development & analysis of alternatives and recommendations of cost effective alternatives, development of final designs and construction contract technical specifications, construction phase engineering services, operation and maintenance manuals, record drawings (i.e., as-builts), geodectic positioning surveys, completed permit and fee applications, and preventive maintenance service specifications. Requested services shall be accomplished in accordance with, applicable professional standards. Certifications may be required by regulations prior to performance. Such certified individuals must be available as required. The contract(s) will be awarded using Brooks Act procedures as required by the Federal Acquisition Regulation (FAR). A short list of firms will be interviewed to determine the awardee(s). The Selection Criteria ?In order of importance? are: (1) Specific experience, professional qualifications, and technical competence in the types of work required; (2) Specific experience and technical competence in the geographic area of primary interest; (3) Organization, management, key staff and capacity to perform the assignments on the required schedule; (4) Past performance on government and commercial contracts, especially regarding quality, and cost controls; past performance on DOT/USCG contracts; (5) Demonstrated ability to submit detailed, realistic cost estimates, and reasonableness of cost estimate preparation procedures and rationale; (6) Internal Quality Assurance (QA) and peer review processes; and (7) Proximity to CEU Oakland (Oakland, CA) and its primary areas of responsibility. A-E firms, which meet the basic requirements described in this announcement, are invited to submit a completed SF-254 to the office shown below. Firms submitting SF-254?s by September 2, 2002 will be evaluated to determine basic qualifications. Those firms determined to meet the basic qualifications will be provided a complete Scope of Services and will be invited to complete and submit SF-255?s. A ?Short List? will be created from those firms submitting SF-255?s after complete evaluations based on the stated criteria are conducted. Submit SF-254?s, by March 4, 2002, to James Cooper, Contracting Officer, USCG, CEU Oakland, 2000 Embarcadero, Suite 200, Oakland, CA 94606. If you have questions, please e-mail or call James Cooper at: jfcooper@d11.uscg.mil, or 510-535-7280.
 
Record
SN00130310-W 20020803/020801213408 (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.