|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 29,1996 PSA#1541Contracting Division, U. S. Coast Guard Facilities Design &
Construction Center (Atlantic), 5505 Robin Hood Road, Suite K, Norfolk,
VA 23513-2431 C -- INDEFINITE DELIVERY CONTRACT FOR ENGINEERING, ENVIRONMENTAL,
GEOTECHNICAL AND SURVEY SERVICES FOR VARIOUS PROJECTS SOL
DTCG47-96-R-3EFK09 DUE 040296 POC Contact Mr. Jack O. Salmon, Jr.,
Contract Specialist (804) 858- 6238, ext. 211, Mrs. Marion E. Hundley,
Contracting Officer (804) 858-6238 Provide professional environmental
and geotechnical and other professional engineering services, as well
as topographic and bathymetric surveying services, on an as-needed
basis on Coast Guard Facilities throughout the United States east of
the Rocky Mountains and Puerto Rico. Services will consist of: (1)
Providing reports, studies and analyses and other documentation as
necessary for environmental site assessments of proposed new project
sites and existing properties; (2) Providing reports on site
characterization, risk assessment and corrective action alternatives;
(3) Providing plans and specifications for the remediation of
contaminated areas; (4) Conducting detailed geotechnical investigations
to determine geotechnical design parameters and construction
recommendations; (5) Conducting asbestos, lead based paint and radon
surveys and related industrial hygiene requirements in support of
proposed construction projects and existing USCG Housing; (6) Providing
design reports, plans and specifications relating to the abatement of
asbestos and lead paint issues of proposed projects; (7) Providing
topographic and bathymetric surveying services. The services will be
provided under a 12 month Indefinite Delivery Contract (IDC). Under an
IDC, individual firm fixed-price task orders for specific services are
negotiated when the need for services arise. Each IDC is guaranteed a
minimum of $5,000.00 and is limited to maximums of $300,000.00 per task
order and $1,500,000.00 total for all task orders. The Government
reserves the right to exercise a one year option subject to the same
dollar threshold limitations of the basic year as stated above. Firms
desiring consideration should submit Standard Forms 254 and 255 in
relation to the data as described in Numbered Note 24 to the address
indicated above no later than 4:30 p.m. on 02 April 1996. Additional
criteria to be evaluated in the selection of an A/E firm includes: (1)
Professional qualifications of present staff and consultants; (2)
Recent specialized experience; (3) Previous Department of
Transportation and other Federal Government design experience; (4)
Professional capacity of the firm to accomplish multiple tasks
expediently; (5) Working knowledge of federal and state environmental
regulations which may impact construction projects; (6) Project team
organization and key personnel roles and responsibilities in terms of
coordination, schedule, quality management practices and quality
control procedures; (7) Capability to utilize the latest versions of
AUTOCAD and Microsoft Office Programs. For Minority, Women-Owned and
Disadvantaged Business Enterprises: The Department of Transportation
(DOT), Office of Small and Disadvantaged Business Utilization has
programs to assist minority, women- owned and disadvantaged business
enterprises to acquire short-term working capital and bonding
assistance for transportation-related contracts. Loans are available
under the DOT Short Term Lending Program (STLP) at prime interest rates
up to $500,000.00 per contract to provide accounts receivable
financing. For further information and applicable forms concerning the
STLP, please call (800) 532-1169. This is not a request for proposal.
DTCG47-96-R-3EFK09. (0058) Loren Data Corp. http://www.ld.com (SYN# 0026 19960228\C-0012.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|