Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 14,1999 PSA#2454

Commanding 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