|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 14,1999 PSA#2454Commanding Officer, USCG Civil Engineering Unit Oakland, 2000
Embarcadero, Suite 200, Oakland, CA 94606-5337 R -- INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR A/E SERVICES
FOR COAST GUARD SHORE FACILITIES IN CA, NV, OR, WA AND MT POC
Contracting Officer, Evelyn Navarro, (510) 535-7248 Environmental
Architect-Engineering (A-E) services on a variety of multidisciplinary
projects at Coast Guard shore facilities. The primary area of
responsibility will include California, Oregon, Washington, Idaho,
Montana, Nevada, and Arizona. The possibility exists, albeit very
unlikely, that some projects may lie in other locations with the Coast
Guard's Pacific Area, which includes all of the above as well as
Alaska, Hawaii, and US territories throughout the Pacific Basin. Coast
Guard shore facilities addressed in this scope typically include light
commercial, industrial, waterfront, recreation, administrative,
residential and special purpose facilities such as communications,
LORAN, and air stations. For the purpose of evaluation, only the
primary area of responsibility will be considered. We anticipate, but
do not guarantee, two contracts will be awarded. Civil Engineering Unit
(CEU) Oakland may require professional services to accomplish specific
environmental assignments within a specified timeframe, involving
various technical disciplines and skills. Requested services shall be
accomplished through the application of, and in accordance with,
applicable professional standards. Certifications may be required by
regulations for the performance of these services. Such registered
individuals shall be available as required. Services required may
include, but are not limited to:  Conducting environmental
studies  Providing NEPA and related coordination 
Preparing agency submittals  Conducting preliminary site
assessments  Performing compliance audits  Providing
archeological consulting and technical services  Providing and
industrial health technical and consulting services 
Performing site characterizations  Recommending site
investigation and remedial action alternatives  Drafting
investigation and remedial action workplans  Performing
investigations and remedial actions Performing post-remedial
site evaluations  Managing databases  Executing
extended monitoring programs  Performing air quality studies
and assessments  Representing the Coast Guard in agency
coordination and negotiations  Providing construction
inspection and management duties  Developing designs
Coordination and communication with other Federal, state, and local
agencies in the application, permitting, and fee process for compliance
requirements may be required. Specific tasks may involve investigation
of contaminated sites and associated activities. The preparation of
cost estimates and technical review of project designs provided by CEU
Oakland may also be required. Other special services pertaining to the
National Environmental Policy Act may include, but are not limited to,
preparing environmental assessments and environmental impact
statements and supporting documentation, performing cultural and
archeological resource evaluation, coastal consistency evaluations,
historic preservation coordination and generating endangered species
reports. Services will be provided on an as-needed basis under a
one-year indefinite delivery/indefinite quantity contract plus one
option year, having the following funding limitations: 1) The contract
will provide a guaranteed minimum dollar amount of at least $5000 for
each year; 2) No individual delivery order shall exceed $300,000; 3)
the total contract amount of all orders placed against the contract
shall not exceed $1,500,000.00 in any single year. Following is a
selection criteria for evaluating potential contractors, listed in
order of importance: (1) Specialized experience, professional
qualifications, and technical competence in type of work required; (2)
Specialized experience and technical competence in the primary
geographic work area required; (3) Capacity and capability to
accomplish work in the required time; (4) Professional qualifications
necessary for performance; (5) Past performance on contracts with
government agencies and private industry in terms of cost control,
quality work and compliance with performance schedules; (6) Proximity
of company offices assigned to this project to the CEU Oakland, CA
geographic area; (7) Organization, and management team, key personnel,
and internal QA and Peer review procedures. All selection criteria
listed above must be clearly addressed in the SF 255 response. Specify
in Block 4 on each SF 254 whether the firm is a small business concern
(including its affiliates having an average annual sales or receipts
for its preceding three fiscal years not in excess of $2.5 million);
small disadvantage business; or women owned business. Before award of
contract, the A/E (if not a small business concern), shall be required
to present an acceptable Small Business and Small Disadvantage
Business Subcontracting Plan in accordance with the Public Law 95-507.
The due date for submission of the forms is 15 November 1999. Firms
must submit forms to this office by 4:00 P.M. on the due date. Should
the date fall on a weekend or holiday, the forms will be due on the
first workday thereafter. Pursuant to the Small Business
Competitiveness Demonstration Program, this procurement is open to all
firms regardless of size. This is not a request for proposal. Posted
10/12/99 (W-SN390720). (0285) Loren Data Corp. http://www.ld.com (SYN# 0049 19991014\R-0011.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|