Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2005 FBO #1474
SOLICITATION NOTICE

C -- Cleveland, OH - Misc. General Architect and Engineering Services for the U.S. and its Terriotories

Notice Date
12/7/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Cleveland, 1240 East 9th Street, Cleveland, OH, 44199-2060
 
ZIP Code
44199-2060
 
Solicitation Number
HSCG83-06-R-3WF058
 
Response Due
1/13/2006
 
Description
Provide professional Architectural/Engineering (A/E) Services for Government Owned/Leased Facilities. Projects will include a variety of assignments involving the U.S. Department of Homeland Security (DHS) and Agencies within DHS. Work shall be confined to the fifty states and its territories (Puerto Rico, Guam etc.). Most work will consist of modifications/renovations to existing structures and some new construction. Facilities include residential and light commercial buildings and their mechanical and electrical systems, site utilities, waterfront facilities, electronic surveillance/security construction, dredging, structural inspections, safety construction and airports/runways. Work shall include, but is not limited to, miscellaneous general construction engineering and architectural services including architecture, mechanical, structural, civil, sanitary, geotechnical and coastal engineering. NAICS 541330 - $4M. AutoCad drafting (AutoCad 2005 file format in compliance with the National CAD Standard (NCS) published by the National Institute of Building Sciences (NIBS)), engineering graphic and nongraphic databased programming (GIS, LISP, PASCAL, etc), topographic analysis, surveying, project management, construction surveillance, environmental assessments, and master planning support. Services to be obtained may also include assessment of existing conditions, review of project designs, analysis of alternatives, recommendations for cost effective alternatives and development of final designs and construction contract documents. Criteria to be evaluated in the selection of the A/E firm(s) will be as follows: 1. Past performance on design contracts with estimated construction estimate costs ranging from $100,000 to $500,000: a. Demonstrated compliance with performance schedules and the ability to meet unusual time constraints; b. Consistent use of most cost-effective designs to meet project requirements; c. Quality of work as demonstrated by a history of minimal change-orders during both design and construction; d. Demonstrated long term relationships and repeat business with customers; and e. Describe successful project(s) executed for any federal agency (limited to the previous five years). 2. Professional qualifications of the firms staff to provide required designs: a. Ability to perform design work in architectural, civil, mechanical and electrical engineering disciplines with in-house personnel; b. Ability to generate AutoCad 2005 drawings with in-house personnel; c. Ability to perform quality assurance and inspection services; and d. Ability to perform specialized engineering services with in-house personnel (i.e. structural, environmental, surveying). 3. Proven ability (last five years) of the firm to produce quality designs in a wide range of renovation, design, and government owned/leased facility projects: a. Light commercial, including building systems; b. Residential, including building systems; c. Site work, including utilities and paving; d. Special Construction, including waterfront facilities, dredging, airports/runways, transmitter buildings, surveillance/security, and other specific construction. e. Provide examples of facility designs that demonstrate energy conservation, waste reduction and the use of recovered materials. 4. Proven ability (last five years) of the firm to conduct quality studies and reports, including: a. Existing building system (architectural, structural, mechanical, electrical, etc.) evaluations; b. Existing site system (sanitary, drainage, etc.) evaluations; c. Existing waterfront facilities (above and below water) and load bearing structure evaluations; d. Environmental (lead, asbestos, sediment, soil, etc.) surveys, sampling and testing; e. Generating and evaluating alternative architectural, structural, electrical, mechanical, or other systems; f. Performing site surveys and inspections and preparing drawings, calculations, cost estimates, economic analysis, and other work necessary to complete quality studies and reports, including Facility Inspections and Deficiency Studies. 5. Provide two examples demonstrating: a. Effective internal quality control procedures ensuring technical accuracy and coordination of disciplines; and b. Show how the firm has responded to Urgent requirements based on a National Emergency or other urgent situation. 6. Professional qualifications of consultants to provide necessary technical work for the design beyond the capability of the firms in-house personnel. The basic contract year shall have a guaranteed minimum contract amount of $5,000 for the base year only, and shall be limited to a maximum contract amount of $50 million, with a limit of $500,000 per individual Task Order. The term of the contract shall be for one year from the date of contract award with an option for nine (9) one-year options. The total duration of the contract, including exercise of the option(s), shall not exceed ten (10) years. The government reserves the right to make multiple awards. This procurement is open to both large and small businesses. An attempt will be made to award to at least one small and/or disadvantaged firm. The government reserves the right to exercise the option(s). The list of qualified contractors will remain active for a period of two (2) years after the first award is made. Firms desiring consideration are invited to submit a SF-330 (Part I and II) prior to the close of business on 13 January 2006. Documents shall be annotated with the solicitation number HSCG83-06-R-3WF058, and sent to the Contracting Officer Address shown above; Attn: Pamela M. Komer. Faxed submissions will not be accepted. No solicitation will be issued. All inquires shall be submitted in writing. No Phone calls. This is not a request for proposal.
 
Record
SN00947140-W 20051209/051207211604 (fbodaily.com)
 
Source
FedBizOpps 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.