SOURCES SOUGHT
C -- A-E Services for Liquid Oily Waste System
- Notice Date
- 10/29/2009
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Juneau, P.O. Box 21747, Juneau, Alaska, 99802-1747
- ZIP Code
- 99802-1747
- Solicitation Number
- HSCG87-10-R-PJT027
- Archive Date
- 12/15/2009
- Point of Contact
- Ronald Klaudt, Phone: (907) 463-2414, Michael Birkland, Phone: (907) 463-2418
- E-Mail Address
-
Ronald.L.Klaudt@uscg.mil, Michael.L.Birkland@uscg.mil
(Ronald.L.Klaudt@uscg.mil, Michael.L.Birkland@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- HSCG87-10-R-PJT027 – A-E Services for Liquid Oily Waste Separator (LOWS) Facility Maintenance Project Design. The U.S. Coast Guard has a Liquid Oily Waste System processing facility (LOWS) located at Base Support Unit (BSU) Kodiak, Alaska. The facility was originally built in the mid-1990s, with various upgrades over the years. The system collects and processes used oil and oily water from Coast Guard cutters, various BSU operations, and other miscellaneous sources. The wastes are treated and separated into reclaimed oil which is used at the BSU, water that is discharged to the sanitary sewer system, and residual wastes that are shipped off island. The current LOWS facility process generates hydrogen sulfide which has caused significant deterioration of piping, tanks and equipment, and continues to cause worker safety concerns. The U.S. Coast Guard intends to conduct a Maintenance Project to repair the deteriorated facility in the future. The intent is to phase this project into two phases. The initial phase is Project Scoping (with possible supplemental studies, if necessary). The second (option) phase is for Project Design. These two work items will be negotiated separately. The design phase is optional at the sole discretion of the government. However, the A-E team for this project shall consist of all disciplines necessary for both the scoping and design work. The estimated performance period for the project scoping phase is late December 2009 to early January 2010 through mid-February to early March 2010. The exact schedule will be negotiated with the selected firm. Following a review and evaluation of qualification and performance data, negotiations will be commenced with the top-ranked firm on the selection list for this project. Selection of a firm for negotiation is through an order of precedence based on demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional service required, as determined by applying the following criteria: 1. Professional qualifications necessary for satisfactory performance of the required services; 2. Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; 3. Capacity to accomplish the work in the required time (include information as to the firm's current and projected workload and its capability to accomplish this project); 4. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules (include names and phone numbers of references); 5. Location in Alaska and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. The NAICS Code is 541330. This procurement is issued on an unrestricted basis. This is NOT a small business set-aside. Qualified firms desiring consideration shall submit a Standard Form 330, Parts 1 and 2, prior to the close of business (4:00 PM) on November 30, 2009. (The SF-330 may be obtained via the Internet through the GSA Electronic Forms Library at http://www.gsa.gov/forms/). In Section F of SF-330 Part 1 list at least five example projects within the past 5 years which demonstrate the A-E’s capability to perform work of the nature anticipated by this announcement. In Block H state why your firm is specifically qualified based on the evaluation criteria. Also, Block H may be used to provide additional information desired by your firm. Only the SF-330 will be reviewed. DO NOT SEND ANY OTHER LITERATURE. Experiences identified in Block 8 should not be more than five years old. The SF-330 shall be annotated with the Solicitation Number HSCG87-10-R-PJT027. Submit to the Contracting Officer, USCG Civil Engineering Unit, Attn: Ron Klaudt, P.O. Box 21747, 709 W. 9th Street, Rm. 817, Juneau, Alaska 99802-1747. Faxed SF-330s will be accepted. Fax to (907) 463-2416. The sender is responsible for verification of receipt of fax transmissions. No solicitation will be issued. This is not a request for proposals.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGCEUJ/HSCG87-10-R-PJT027/listing.html)
- Place of Performance
- Address: ISC Kodiak, Kodiak, Alaska, 99619, United States
- Zip Code: 99619
- Zip Code: 99619
- Record
- SN01994250-W 20091031/091029234756-9735a52a5eb16492628f63b9b00c4327 (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 |