Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 24, 2000 PSA #2733
SOLICITATIONS

C -- PLANNING SERVICES FOR U.S. COAST GUARD FACILITIES, PACIFIC AREA

Notice Date
November 21, 2000
Contracting Office
Department of Transportation, United States Coast Guard (USCG), Commanding Officer, USCG Facilities Design & Construction Center (Pacific), 915 Second Avenue, Room 2664, Seattle, WA, 98174-1011
ZIP Code
98174-1011
Solicitation Number
DTCG50-01-R-643AO1
Response Due
December 22, 2000
Point of Contact
Joel Childers, Contracting Officer, Phone 206 220-7421, Fax 206 220-7390, Email Jchilders@pacnorwest.uscg.mil
E-Mail Address
Joel Childers (Jchilders@pacnorwest.uscg.mil)
Description
Indefinite Delivery/Indefinite Quantity (IDIQ) contract for professional planning services in support of U.S. Coast Guard Facilities Design and Construction Center Pacific (FD&CC Pac) Shore Facilities Capital Asset Management (SFCAM) Branch. The SFCAM Branch is responsible for preparing site assessments, feasibility studies, development plans, planning documents, and related economic, environmental, facility usage, and special studies to support optimum use of Coast Guard properties. Services to be provided are in support of these SFCAM responsibilities. The A/E shall prepare recommendations for acquisition, usage, and divestiture of shore facilities (land, buildings, structures, and utilities). Some or all of the following disciplines may be required: site & master planner, environmental specialist, architect, civil engineer, landscape architect, CAD drafter, and life-cycle costing/economic modeling specialist. Surveying and mapping may be required. Types of individual task orders may include: development of master plans, feasibility studies, site plans, or landscape plans; documentation for capital improvement projects; environmental analysis and documentation; cultural resource identification, assessment and documentation; housing market studies; and analysis of proposed real estate development options with other public and commercial enterprises. Report preparation may include development of presentation briefs with graphics. These tasks may involve complex and controversial planning, real estate, environmental, economic, and public policy issues. The A/E shall have knowledge of the processes and procedures of federal agencies, specifically the Department of Transportation and/or Department of Defense and the General Services Administration. The A/E shall have knowledge of Base Realignment & Closure (BRAC) legislation and other real estate based federal agency procedures. The professional services shall not include design, construction documents, environmental remediation, or construction support. Task orders for this contract shall be primarily located in the states of California, Hawaii, Oregon, Washington, and Alaska, with emphasis on facilities in Kodiak, Alaska and Seattle, Washington. This proposed procurement would result in an IDC to be in effect for a period of one year with an option for an additional year. One contract will be issued with a maximum potential value of $1.5 million each year, and a minimum guarantee of $5,000. . Individual contract tasks will not exceed $200,000. Documents shall be produced in formats compatible with AUTOCADD 14 and desktop publishing programs. The evaluation criteria, in descending order of importance, are: (1) Specialized experience of the firm_s staff assigned to this contract in related work, including past performance. (2) Project team organization; key personnel roles and responsibilities and quality control procedures. (3) Geographic proximity to and knowledge of the locality of the projects, emphasis on Kodiak, AK and Seattle, WA. (4) Firms capacity and capability to finish the work on schedule. (5) Professional qualifications of the firm's staff and consultants assigned to this contract. Firms desiring consideration must submit SF 254, SF 255 and any sub-consultants SF 254, including organizational chart of key personnel to be assigned to this project; and the following (not to exceed 10 pages): information on the 2 most recent examples of facility planning, and/or property divestiture, and/or life cycle cost analysis performed for a government agency (include dates, regulatory entities, and names of firm members involved). The submittals must be received in this office by 4 PM, Pacific Time, 30 days after publication of this notice in the Commerce Business Daily, or December 22, 2000, whichever is later. Telephone calls are discouraged as no further technical or project specific information will be furnished prior to the selection of short listed firms. -- THE FOLLOWING IS FOR INFORMATIONAL PURPOSES TO Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs). The Department of Transportation (DOT), offers working capital financing and bonding assistance for transportation related contracts. DOT's Bonding Assistance Program (BAP) offers bid, performance and payment bonds on contracts up to $1,000,000. DOT's Short-Term Lending Program (STLP) offers lines of credit to finance accounts receivable. Maximum line of credit is $500,000 with interest at the prime rate. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169. Internet address: http://osdbuweb.dot.gov. -- For information concerning the acquisition, contact the contracting official listed above. *****
Web Link
Visit this URL for the latest information about this (http://www2.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=R&P=DTCG50-01-R-643AO1&L=495)
Record
Loren Data Corp. 20001124/CSOL007.HTM (D-326 SN507205)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on November 21, 2000 by Loren Data Corp. -- info@ld.com