SOLICITATION NOTICE
C -- USCG DISTRICT ONE ARCHITECT-ENGINEERING SERVICES
- Notice Date
- 4/15/2009
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Providence, 300 Metro Center Boulevard, Warwick, Rhode Island, 02886
- ZIP Code
- 02886
- Solicitation Number
- HSCGG1-09-R-3WK057
- Archive Date
- 9/15/2009
- Point of Contact
- Jean M Bretz,, Phone: (401)736-1765, Gerald J Fortin,, Phone: (508)968-6499
- E-Mail Address
-
JEAN.M.BRETZ@USCG.MIL, Gerald.J.Fortin@uscg.mil
- Small Business Set-Aside
- Total Small Business
- Description
- 1. INTRODUCTION: Architect/Engineering (A/E) services are required for the preparation of plans and specifications, cost estimates, related studies, and all associated engineering services primarily for the U.S. Coast Guard District One, which includes Maine, New Hampshire, Vermont, Massachusetts, Connecticut, Rhode Island, New York and northern New Jersey. Registration, or the ability to obtain registration, is required in all of these states. Other U.S. Coast Guard CONUS facilities may also contract for services. 2. CONTRACT INFORMATION: Pursuant to FAR Part 19, this acquisition is 100% set-aside for small Business Concerns. Selection preference will be given to Service-Disabled Veteran-Owned Small Business concerns qualified under the selection criteria identified below. The applicable NAICS codes are 541310 and 541330. The resulting contract will be for a period of one year, with four (4) one-year options for renewal, at the discretion of the Contracting Officer. The government intends to make multiple awards not to exceed $1,750,000 per year. Maximum task order amount will be $300,000. Total estimated value will not exceed $8,750,000. Joint ventures will be considered and will be evaluated based on past project experience working as a team to provide a quality design effort. 3. PROJECT INFORMATION: Typical (but not all inclusive) services required include: (1) preparation of competitive bid construction documents including design analysis, cost estimates, drawings and specifications involving architectural, civil, structural, environmental, mechanical and electrical design for a wide variety of facilities, including industrial, residential, and institutional buildings (including historical and educational), waterfront structures, and utility lines; (2) architectural or engineering studies including development and recommendation of cost effective alternatives, hazardous material surveys, utility surveys, technical documents, project proposals, surveying, interior design and space configuration analysis; and, (3) construction inspection services, review of contractor submittals, preparation of as-built drawings, and related services. Specific scope of work and services will be issued with each delivery order. 4. FORMAT REQUIREMENTS: USCG CEU Providence requires that drawings, specifications, design analysis and cost estimates be provided in both electronic and hardcopy formats. Electronic drawings shall be provided fully compatible to Autodesk AutoCAD Release 2004/2005 “.dwg” file format and to the National CAD Standard maintained by the National Institute of Building Sciences (NIBS). Electronic specifications shall conform to the MasterFormat 2004 Unified Facility Guide Specifications (UFGS) as published within the Whole Building Design Guide (WBDG). If using SpecsIntact, the specifications shall be saved using the software's Backup procedure to appropriate media and converted to a single non-secured Adobe PDF file. If using word processing software, all files should be submitted in Microsoft Word 2003 (or earlier) format and converted to a single non-secured Adobe PDF file. Design analysis and cost estimates shall be submitted in either Microsoft Word 2003 (or earlier) format or Microsoft Excel 2003 (or earlier) file formats. All files may be submitted on the following electronic media: CD-ROM disc or DVD (DVD-R or DVD+R, 4.7 GB format). In order to expedite contract execution, submissions of electronic deliverables via email attachments (not to exceed 2MB per email) may be directed by the Contracting Officer. In all cases, submission of final deliverables shall be on physical media. 5. SELECTION CRITERIA: Firms will be evaluated on the following criteria: A. Professional qualifications necessary for satisfactory performance of required services: (1) Registered and licensed personnel, either in-house or through consultants, in the following key disciplines: Civil, Structural, Mechanical, Electrical, Architectural, Environmental, Fire Protection, Project Management, Inspection Services, Facilities Planning, Cost Estimating, Drafting, Surveying, & Interior Design. (2) Ability to perform design work with in-house personnel and within prescribed project budgets; (3) Professional qualifications of consultants to provide necessary technical work for the design beyond the capability of the firms in-house personnel. B. Capacity to accomplish the work in the required time: (1) Demonstrated compliance with performance schedules; (2) Adherence to timelines for deliverables; (3) The ability to meet unusual time constraints; (4) Methods of project management; C. Past record of performance in terms of cost control, quality of work, and compliance with performance schedules: (1) Past record of performance on AE design projects with estimated construction costs ranging from $50,000 to $1,000,000. (2) Provide examples of demonstrated compliance in cost control through consistent use of the most cost-effective designs to meet project requirements; (3) Provide examples that exemplify the firm’s ability to provide clear, concise written reports. (4) Provide examples of quality of work with other Government agencies and private sector clients as demonstrated by a history of minimal change orders during both design and construction, and through long term relationships and repeat business with customers; (5) Provide examples demonstrating effective internal quality control procedures ensuring technical accuracy and coordination of disciplines. D. Specialized experience and technical competence in the types of work required (as listed above): (1) Ability to handle multiple USCG projects simultaneously with quality customer service (2) Including experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. E. Location in the general geographic area and knowledge of CG District One. 6. SUBMISSION REQUIREMENTS: All A-E firms that meet the requirements described in this announcement are invited to submit a completed Standard Form (SF) 330, Architect-Engineer Qualifications, Part II, and SF330, Part I, no later than 15 May 2009. Information on consultants/sub-consultants, if applicable, must be included in the submission. THIS IS NOT A REQUEST FOR PROPOSAL.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5d35a969a1d49b3ff488a6d33cb6299d&tab=core&_cview=1)
- Place of Performance
- Address: Various across CG District One, Warwick, Rhode Island, 02886, United States
- Zip Code: 02886
- Zip Code: 02886
- Record
- SN01793994-W 20090417/090415224553-5d35a969a1d49b3ff488a6d33cb6299d (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 |