Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2007 FBO #2027
SOLICITATION NOTICE

C -- IDIC for A/E Services for various engineering, design and planning projects

Notice Date
6/13/2007
 
Notice Type
Solicitation Notice
 
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-643DG8
 
Response Due
7/13/2007
 
Archive Date
7/28/2007
 
Small Business Set-Aside
Total Small Business
 
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 541330. Indefinite Delivery Contract (IDC) for A/E services for various engineering, design and planning projects. Projects will substantially be for US Coast Guard facilities located in the Western US, including California, Oregon, Washington, Alaska, Hawaii and the U.S. Pacific Islands. Work Tasks are primarily for shore-side and waterfront structures, site and infrastructure. Primary disciplines needed are Architectural, Civil, Mechanical, Electrical, Communications Distribution, Structural, and Cost Estimating. A/E must have access to related Engineering and Planning Services including Waterfront and Coastal Engineering, Geotechnical Engineering, Hazardous materials, Survey, Landscaping, Physical Security, Fire Protection, NEPA and permitting, and Interior Design. The value of individual tasks provided will vary; the value of each task cannot exceed $1M. Contract has a potential value of $3M per year, with a minimum guarantee of $5K. IDC will be in effect for one year, with four one-year options. It is anticipated more than one award will result from this procurement. 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). IDC Team's specialized experience in planning, engineering and design of shore side and waterfront structures, including site and infrastructure for Coast Guard operational, industrial, and personnel use. In addition, experience in sustainable building design, energy conservation, pollution prevention, waste reduction, and use of recovered materials. 2). Professional Qualifications of IDC Team members, demonstrating the ability to perform the required services. 3). Management and Organizational approach and methods towards accomplishing multiple projects and project cost control giving consideration to projected workload over the next year. Organizational expertise and experience in problem solving, sub-consultant management, and project control with similar multi-task order contracts. 4). Past record of performance on contracts with government agencies and private industry. Performance shall be described in terms of quality of work, cost control, cost effectiveness of the solution, and compliance with performance schedule. 5). Ability to form teaming arrangements with firms certified in states where work is to be performed. Response by submittal of two (2) copies of SF 330 which must be received no later than 4:00 PM, 13 July 2007. 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: USCG FD& CC PAC, 915 Second Ave., Rm 2664, Seattle WA
Zip Code: 98174-1011
Country: UNITED STATES
 
Record
SN01317573-W 20070615/070613220743 (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.