Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 24, 2006 FBO #1824
SOURCES SOUGHT

C -- Design Services, Cordova Housing

Notice Date
11/22/2006
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Facilities Design & Construction Center (Pacific), 915 Second Avenue Room 2664, Seattle, WA, 98174-1011, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCG50-07-R-643D54
 
Response Due
12/22/2006
 
Archive Date
1/6/2007
 
Description
THIS IS NOT A REQUEST FOR PROPOSAL (RFP). THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED IS TO BE SUBMITTED ON Standard Form (SF) SF-330. Architect/Engineer (A/E) are required, the NAICS code is 541310. The U.S. Coast Guard intends to replace its existing family housing installation in Cordova, Alaska. Five existing fourplex structures will be replaced with thirteen duplex buildings, many of which will be located where the fourplexes currently exist. Consequently, construction is anticipated to be phased over several seasons, with residents relocating into new housing prior to site clearing for subsequent phases. New duplex housing will be site adaptations of Coast Guard housing previously constructed in Astoria, Oregon. A single contract for all project design and engineering services will be awarded. Disciplines required for this work include architecture, civil, structural, mechanical, and electrical engineering, interior design, hazardous materials investigation, and wetlands mitigation planning services. All design and engineering documentation shall be completed not later than December 2007 to allow on-site construction to begin in April 2008. EVALUATION and SELECTION CRITERIA: Submissions of completed Standard Forms 330 (SF-330) received in response to this notice will be evaluated by a government board in accordance with PL 92-582 (Brooks Act) and Federal Acquisition Regulation (FAR) Part 36 to determine the most highly qualified firms. Evaluation of past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. The selection will be based on the following criteria and are of descending importance. (1) Professional Qualifications: Professional qualifications necessary for satisfactory performance as demonstrated by education, experience, registration in the state of Alaska and management ability of personnel assigned to this contract and any applicable outside consultants. Due to the time constraints, availability of experienced key personnel, and consultants should also be addressed. (2) Capacity: Capacity to accomplish the work in the required time; period of performance for the design is 195 days. (3) Knowledge of the project location: Cordova Alaska (4) Specialized Experience: Technical competence in multi-year construction phasing. (5) Past Performance: Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules(describe the process and qualifications of key persons responsible), quality of work, and process for compliance with performance schedules (and key individual responsible). List previous contracts and include the name and telephone number of the person who was the point of contact representing the Government or private industry contact. It is estimated that this contract will be awarded in May of 2007. A-E firms, which meet the requirements described in this announcement, are invited to submit completed Standard Form (SF) 330, Architect-Engineer Qualification (required for this project). All information relating to the firms qualifications must be contained in the Standard Form. Inclusion by reference to other materials is not acceptable. The SF 330 is limited to the 50 pages including information concerning the firms qualifications related to this specific contract. Response by submittal of two (2) copies of SF 330 which must be received no later than 4:00 PM, 22 December 2006. Firms desiring consideration shall submit appropriate data as described in this notice. Submittals shall be sent to: USCG FD&CC PAC, 915 Second Ave., Rm 2664, Seattle, WA 98174-1011, Attention Anita Repanich.
 
Place of Performance
Address: 915 Second Ave., Rm 2664, Seattle WA
Zip Code: 98174-1011
Country: UNITED STATES
 
Record
SN01185524-W 20061124/061122220241 (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.