Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2004 FBO #0831
SOLICITATION NOTICE

C -- Indefinite Delivery Contract for the Preparation of Plans and Specifications for Various Projects

Notice Date
3/4/2004
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Facilities Design & Construction Center (Atlantic), 5505 Robin Hood Road Suite K, Norfolk, VA, 23513-2400
 
ZIP Code
23513-2400
 
Solicitation Number
DTCG47-04-R-3EFK07
 
Response Due
4/6/2004
 
Archive Date
4/21/2004
 
Point of Contact
Marion Hundley, Contracting Officer, Phone 757-852-3420, Fax 757-852-3495, - Marion Hundley, Contracting Officer, Phone 757-852-3420, Fax 757-852-3495,
 
E-Mail Address
mhundley@fdccland.uscg.mil, mhundley@fdccland.uscg.mil
 
Description
Provide professional architectural/engineering services for the preparation of plans and specifications on an as-needed basis for miscellaneous modifications, renovations and new construction of Coast Guard Shore Facilities throughout the United States east of the Rocky Mountains and Puerto Rico. The services will be provided under a 12-month Indefinite Delivery Contract (IDC). Under an IDC, individual firm fixed-price task orders for specific services are negotiated when the need for the services arises. Each IDC is guaranteed a minimum of $5,000.00 and is limited to maximums of $500,000.00 per task order and $3,000,000.00 per year total for all task orders. The Government reserves the right to exercise four one-year options subject to the same dollar threshold limitations of the basic year as stated above. Anticipated award date is September 2004. No additional information is available at this time regarding specific projects. The following evaluation criteria are applicable: (1) Specialized experience of the firm and technical competence in the type work required (including joint venture or association) in similar projects; (2) Professional capacity to accomplish the work as scheduled; (3) Professional qualifications necessary for satisfactory performance of required services; (4) Past performance on D.H.S. (previously D.O.T.) and other Government contracts in terms of quality of work, ability to meet contractual performance/delivery schedules and accuracy of construction cost estimates; (5) Location of firm in general area, provided there is an appropriate number of qualified firms therein for consideration; (6) Minorities and women in all job classifications, considering availability in the general area; (7) Design ability and understanding of the requirements of the project; (8) Project team and key personnel roles and responsibilities in terms of coordination, schedule and construction cost control and quality control procedures; (9) Ability to assess and specify asbestos and lead pain abatement; (10) Experience of firm in evaluating and determining environmental requirements and acquiring state and local permits for construction. Ability of firm to submit environmental and other permits acceptable to the state. Such ability may include the need to certify permit applications on plans by state licensed professionals; (11) Ability to provide estimates in Building System and specifications section format adjusted to local conditions at project site; (12) Familiarity with Navy guide specifications; (13) Ability and experience to perform waterfront design; and (14) Ability and experience in preparing Design/Build proposal packages. Firms desiring consideration should submit appropriate data to the address indicated above not later than 4:30 p.m. on April 6, 2004. This is not a Request for Proposal. In accordance with FAR 19.702(a)(1), a Small Business Subcontracting Plan will be required if the apparent successful offeror is a Large Business. Attention: Minority, Women-owned and Disadvantaged Business Enterprises (DBEs)! The Department of Transporation (DOT), Short Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transporation related contracts. Maximum line of credit is $500,000.00 with interest at the prime rate. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov. DTCG47-04-R-3EFK07.
 
Place of Performance
Address: Place of contract performance has not been specified.
 
Record
SN00536267-W 20040306/040304221559 (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.