Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 27,2000 PSA#2630

Department of Transportation, United States Coast Guard (USCG), Commanding Officer, USCG Facilities Design & Construction Center (Atlantic), 5505 Robin Hood Road, Suite K, Norfolk, VA, 23513-2400

C -- INDEFINITE DELIVERY CONTRACT (IDC) FOR ENVIRONMENTAL ENGINEEING SOL DTCG47-00-R-3EFK11 DUE 080100 POC Carol Anton, Contract Specialist, Phone 757-852-3416, Fax 757-852-3495, Email canton@fdcclant.uscg.mil -- Cathy Broussard, Contracting Officer, Phone 757-852-3449, Fax 757-852-3495, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=R&ProjID=DTCG47-00-R-3 EFK11&LocID=494. E-MAIL: Carol Anton, canton@fdcclant.uscg.mil. Provide professional environmental and geotechnical engineering services as well as topographic and bathymetric surveying services in connection with proposed construction and environmental investigations of U. S. Coast Guard facilities throughout the United States and Puerto Rico. Services will consist of: (1) Providing reports, conducting studies, analyses and other documentation as necessary for environmental site assessments of proposed new projects and existing properties; (2) Providing reports on site characterization, risk assessments 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 and lead based paint surveys and related industrial hygiene requirements in support of proposed construction projects; (6) Providing design reports, plans and specifications relating to the abatement of asbestos and lead based paint issues of proposed projects; (7) Providing topographic and bathymetric surveying services; (8) Preparing National Environmental Policy Act documentation; (9) Inspection Services; (10) Preparing environmental permits; and, (11) Implementing remedial designs. A/E selection procedures will be used to competitively award two (2) Indefinite Delivery/Indefinite Quantity contracts combined with a Requirement Contract portion. Each contract will have a one-year basic period and four (4) one-year options. Individual firm fixed-price task orders for specific services will be negotiated when the need for services arises. Each contract is guaranteed a minimum of $5,000.00 and is limited to maximums of $500,000.00 per task order and $3,000,000.00 total for all task orders. The Government reserves the right to exercise four (4) one-year options subject to the same dollar threshold limitations of the basic year as stated above. Anticipated award date is October 2000. No additional information is available at this time regarding this project. The following evaluation criteria are applicable to one or more of the factors included in Numbered Note 24: (1) Specialized experience of the firm and technical competence in the type work required (including joint venture or association) in similar projects; (2) Professional qualifications of present staff and consultants; (3) Past performance on Department of Transportation (DOT) and other Government contracts; (4) Nationwide office locations and staff licensing; (5) Professional capacity to accomplish multiple tasks expediently; (6) Working knowledge of federal and state environmental regulations which may impact construction projects; (7) Project team organization and key personnel roles and responsibilities in terms of coordination, schedule, quality management practices and quality control procedures; and, (8) Minorities and women in all job classifications, considering availability in the general area. Firms desiring consideration should submit appropriate data as described in Numbered Note 24 to the addresses indicated above not later than 4:30 P.M. on 01 August 2000. This is not a Request for Proposal. In accordance with FAR 19.702(a)(1), a Small Business Subcontracting Plan will be required if the apparent successful offeror is a Large Business. Attention: Minority, Women-Owned, and Disadvantaged Business Enterprises (DBEs)! The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,000.00 with interest at the prime rate. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov. DTCG47-00-R-3EFK11. Posted 06/23/00 (D-SN467841). (0175)

Loren Data Corp. http://www.ld.com (SYN# 0017 20000627\C-0006.SOL)


C - Architect and Engineering Services - Construction Index Page