Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 14, 2002 FBO #0377
SOLICITATION NOTICE

C -- Indefinite-Delivery/Indefinite-Quantiy Contract for providing various architect and engineering services for the U.S. Customs Service in Puerto Rico and the U.S. Virgin Islands

Notice Date
12/12/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Treasury, United States Customs Service (USCS), Field Procurement Services Branch, 6026 Lakeside Blvd., Indianapolis, IN, 46278
 
ZIP Code
46278
 
Solicitation Number
CS-I-03-002
 
Archive Date
2/14/2003
 
Point of Contact
Beverly Tyree, Contract Specialist, Phone 317-298-1180 x1122, Fax 317-298-1344, - Beverly Tyree, Contract Specialist, Phone 317-298-1180 x1122, Fax 317-298-1344,
 
E-Mail Address
beverly.a.tyree@customs.treas.gov, beverly.a.tyree@customs.treas.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Proposed procurement for one Indefinite Delivery/Indefinite Quantity (ID/IQ), Architect and Engineering (A&E), contract for the U.S. Customs Service for projects located in Puerto Rico and the U.S. Virgin Islands. These design and related A&E services may involve architectural, and structural, mechanical, electrical, civil engineering, asbestos and hazardous material identification and abatement, historical preservation, energy conservation, and national environmental policies and requirements. Potential projects may include field investigations, feasibility studies, repairs, modifications, additions, and renovations to Government facilities. This will require the preparation of specifications, drawings, and construction cost estimates, review of shop drawings, and construction inspection and management services. These services shall be provided by the A&E firm on an as needed basis through issuance of task orders placed against the contract. This contract will have a proposed five year performance period. The contract clauses will specify that the minimum amount of each delivery order issued will not be less than $500.00, and the maximum amount of each order will not exceed $300,000. The minimum amount of services to be provided for a full contract term is $2,000.00, and the maximum amount shall not exceed $2,500,000. This procurement is 100% set-aside for participation by small business concerns. The North American Industry Classification System Code for this acquisition is 541310 which has a size standard of $4 million in average annual receipts for the preceding three fiscal years. The A&E firm awarded this contract must be located in Puerto Rico or the U.S. Virgin Islands. This is a go or no go mandatory requirement. The selection criteria for responding A&E firms, in the following order of importance, shall be as follows. (1) PROFESSIONAL QUALIFICATIONS; (A) Team experience on Government and/or private A&E projects similar to those cited above and compliance with the requirements of those projects; (B) Relevant key individual experience and professional qualifications; (2) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE; (A) Offeror must provide a specific example of contract documents such as a completed specification and drawing, and explain how the documents are organized, how their accuracy is ensured, and how they are fully coordinated. This example shall be an excerpt of a completed document; (B) Offeror shall demonstrate what means are used to deal with errors and omissions; (3) PAST PERFORMANCE; (A) Demonstrated examples of cost control, quality of work, and compliance with performance schedules; (B) Demonstrated compliance with clients design program; (C) Demonstrated capability of performing multiple projects simultaneously; (4) DEMONSTRATED CAPABILITY TO PRODUCE COMPUTER SPECIFICATIONS in MS Word or IBM compatible software; (5) DEMONSTRATED CAPABILITY TO PRODUCE COMPUTER AIDED DRAFTING in AutoCAD Rev. 14, or later, or compatible IBM format; (6) DEMONSTRATED ABILITY TO PERFORM CONSTRUCTION INSPECTION AND MONITORING SERVICES; and (7) DEMONSTRATED SUCCESS IN PRESCRIBING THE USE OF RECOVERED MATERIALS; (A) Examples of this would be achieving waste reduction and energy efficiency in facility design. Qualified A&E firms are invited to submit to this office one complete, updated copy of their Standard Form 254 and 255, along with a letter of interest identifying this requirement by Solicitation No. CS-I-03-002. Supplemental data submitted with the forms shall be bound in an 8-1/2 by 11 inches format. See numbered notes 1 and 24.*****
 
Record
SN00222512-W 20021214/021212213823 (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.