Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 08, 2004 FBO #0772
SOLICITATION NOTICE

C -- Facility Planning, Real Property Management and Environmental Support Services

Notice Date
1/6/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
DHS - Direct Reports, 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
DTCG89-04-R-653022
 
Response Due
3/1/2004
 
Point of Contact
Jeffrey Cross, Supervisory Contract Specialist, Phone 510-535-7236, Fax 510-535-7233, - Jeffrey Cross, Supervisory Contract Specialist, Phone 510-535-7236, Fax 510-535-7233,
 
E-Mail Address
JCross@d11.uscg.mil, JCross@d11.uscg.mil
 
Description
The Government intends to award Indefinite Delivery/Indefinite Quantity Contract (IDIQ) for architect-engineering services for facility planning, environmental support and real property services for the Coast Guard Maintenance and Logistics Command Pacific, Civil engineering Division. The products developed will support the functions of the organization in the oversight, acquisition, planning, alteration, and construction of buildings, roads, parking lots, piers, towers and other structures and landscape. Required services will address the environmental and cultural resource components of facility design and construction for Coast Guard shore facilities located in California, Oregon, Washington, Hawaii, and Alaska. The Contractor must demonstrate experience and record of accomplishment in project activities included in this solicitation involving comparable or greater size and complexity. Projects will be defined and negotiated on an individual task basis. Some products must be in formats compatible with PC based desktop publishing and mapping systems. Proposed procurement will result in an Indefinite Delivery/Indefinite Quantity Contract to be in effect for one year with four one year options. Contract has a maximum potential of $4,000,000 annually. The following disciplines may be required: Project Manager, Historian, Architectural Historian, Archaeologist, Biologic Botanist, Geologist, Soil Scientist, Geographer, Information Resources Specialist, Surveyor, Draftsperson, Report Writer, Landscape Architect, Architect, Structural, Civil, and Environmental Engineers, Chemist, Environmental Specialist and Technician, Public Involvement Specialist, Economist, and Planner. Requested services shall be accomplished in accordance with, applicable professional standards. Certification may be required by regulations prior to performance. Such certified individuals must be available as required. The contract will be awarded using Brooks Act procedures as required by the Federal Acquisition Regulation (FAR). The Selection Criteria ?In order of Importance? are (1) Level of professional qualifications of the firm?s staff and consultants to be assigned to the contract related to facility planning, environmental and real estate services for facilities comparable to the Coast Guard, (2) Specialized experience of the firm and subcontractors in type of work required; comparable to the Coast Guard, (3) Past performance record with Government and commercial contracts, especially regarding quality, and cost controls, past performance on USCG contracts, (4) Organization and management of the project team including subcontractors to product quality, cost effective products, (5) Knowledge of the laws, regulations, and regional factors impacting work under this solicitation, (6) In-house capability to produce reports and products covered by this solicitation, (7) Demonstrated ability to submit detailed, realistic cost estimates, and reasonableness of cost estimate preparation procedures and rationale, and (8) 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 by January 19, 2004 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. A ?Short List? will be created from those firms submitting SF 255 after complete evaluations based on the stated criteria are conducted. Submit SF 254 by January 19, 2004, to Zenaida Bordalo, Contract Specialist, USCG, CEU Oakland, 2000 Embarcadero, Suite 200, Oakland, CA 94606. If you have questions, please e-mail me at zbordalo@d11.uscg.mil, or call at (510) 535-7280.
 
Place of Performance
Address: USCG Maintenance and Logistic Command, Alameda, CA, (services California, Oregon, Washington, Hawaii and Alaska)
 
Record
SN00498905-W 20040108/040106211519 (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.