Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 19, 2007 FBO #1880
SOLICITATION NOTICE

C -- IDIQ for Architect/Engineering Services

Notice Date
1/17/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Honolulu, 300 Ala Moana Boulevard Room 8-134, Honolulu, HI, 96850-4892, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCG86-07-R-633220
 
Response Due
3/6/2007
 
Archive Date
3/21/2007
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS NOT A REQUEST FOR PROPOSAL (RFP). THERE WILL BE NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION SHALL BE SUBMITTED ON THE STANDARD FORM (SF) SF-330. This procurement is for an Indefinite-Delivery Indefinite-Quantity (IDIQ) Contract for Architect/Engineering (A/E) services. This procurement will be a total small-business set-aside. The NAICS code is 541330 and the size standard is $4 million. All prospective contractors are responsible for monitoring this site for the release of modifications to this notice (if any) or other information pertaining to this procurement. Services include plans, specifications, cost estimates, surveying and mapping, engineering studies, construction submittal reviews, review of cost of negotiated proposals, construction estimates, and site planning. Professional disciplines shall include but not be limited to the following: Architectural, Civil, Structural, Electrical, Mechanical, Geotechnical and Environmental as pertaining to an engineering design. The work shall be on an as needed basis. The projects have not yet been selected, but have historically been renovation projects and studies. The prepared drawings shall be furnished in AutoCad Release 2005. Coast Guard template for the title block and border, and ctb file for establishing plotted line widths will be furnished and shall be used for all drawings. Construction specifications shall be in the SpecsIntact format. The projects will be located in the Hawaiian Island chain, Western Pacific area and Guam. The services will be provided under a 12-month annual task order contract with four, one-year options. The contract will be an indefinite-delivery indefinite-quantity (IDIQC) type. No individual order shall exceed $500,000 and the annual contract amount shall not exceed $1,000,000. The guaranteed minimum is $5,000. The majority of the construction cost estimates will be between $250,000 and $1,000,000. EVALUATION AND SELECTION CRITERIA. Completed SF-330's 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. Failure to provide the requested data or accessible points of contact could result in a firm being considered less qualified. The A/E firms will be evaluated by the following selection criteria, in descending order of importance: 1) Professional Qualifications of the Firm - Professional qualifications of the personnel who will be assigned to perform the required services. Project personnel's relevant and recent educational background, professional registration and experience in their technical fields. 2) Specialized Experience - Experience of the personnel who will be assigned to accomplish the type of work required. Personnel's experience in producing engineering studies, and design documents for new construction and repair/renovation projects. 3) Technical Excellence - Demonstrated by honors, awards, and recognition received for engineering studies and design work. 4) Record of Accomplishing Accurate Work on Time - Firm's performance on last 10 projects showing contract completion dates and actual completion dates, and letters or awards attesting to the completeness and accuracy of the design documents. 5) Letters of Appreciation - Letters or other documentation that attest to the firm's customer focus. Documents should show evidence that the firm is easy to work with and willing to go the extra mile to service its customers. 6) Sustainable Designs - Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. Having a Leadership in Energy and Environmental Design (LEED) accredited professional on staff will be preferred. 7) Past Performance with Government Agencies - Firm's successful completion of government studies and repair/renovation projects similar in nature in terms of cost, complexity, expedited schedules, and quality of work. 8) Location - Firm's proximity to CEU Honolulu office and knowledge of the geographical area (described above) where projects will be located. All responsible and interested small business A/E firms must submit an updated SF 330 (Part I and II) no later than 3:00 p.m. Hawaii Standard Time on March 6, 2007. Facsimile Proposals will not be accepted. All questions must be submitted in writing no later than 10 days prior to the date set for receipt of the SF-330s.
 
Record
SN01212615-W 20070119/070117220455 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.