Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 2, 2001 PSA #2820
SOLICITATIONS

C -- DEMOLISH BUILDINGS AT U. S. C. G. TRAINING CENTER, CAPE MAY, NJ

Notice Date
March 29, 2001
Contracting Office
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
ZIP Code
23513-2400
Solicitation Number
DTCG47-01-R-3EFK12
Response Due
May 4, 2001
Point of Contact
Donna Miller, Contract Specialist, Phone 757-852-3422, Fax 757-852-3495, Email dmiller@fdcclant.uscg.mil -- Cathy Broussard, Contracting Officer, Phone 757-852-3449, Fax 757-852-3495, Email
E-Mail Address
Donna Miller (dmiller@fdcclant.uscg.mil)
Description
Provide professional architectural/engineering services for the Design and Preparation of Construction Contract Documents, including a cost estimate, for the consolidation of the Station/Aids-to-Navigation(AToN)/Work Patrol Boat (WPB) facilities at USCG Training Center, Cape May, NJ. and the demolition of five associated buildings and an electrical sub-station. The main consolidation building will be approximately 19000 GSF with an associated vessel support building of 3600 GSF. The project includes consolidation/sharing of the Station/AToN/WPB spaces into a single main building, providing a vessel storage building with shelter for small boats, providing a new electrical sub-station, relocating telecommunication lines and providing asbestos and lead abatement. The estimated cost of construction is approximately $6 million. The services are required to begin approximately June 2001, with Article I (35% preliminary design stage) completed by 1December 2001. The following evaluation criteria are applicable: (1) Specialized experience of the firm including joint venture or association and technical competence in the design of similar type buildings including knowledge of handicapped and life safety codes; (2) Professional capacity to accomplish the work on time; (3) Professional qualifications necessary for satisfactory performance and required services; (4) Past performance on DOT and other Government contracts in terms of quality of work, cost control, ability to meet contractual performance/delivery schedules and accuracy of construction cost estimates and A/E-client relationship; (5) Location of firm in the general project area provided there is an appropriate number of qualified firms therein for consideration ; (6) Minorities and women in all job classifications, considering availability in the general area; (7) Design ability and understanding of the requirements of the project; (8) Ability to assess and specify asbestos abatement and lead paint removal; (9) Project team organization and key personnel roles and responsibilities in terms of coordination, schedule, construction cost control, quality management practices, and quality control procedures; (10 Ability to conduct seismic evaluations and specify structural designs to meet seismic requirements; (11) Experience of the firm in evaluating and determining environmental requirements and acquiring state and local permits for construction; ability of the firm to submit environmental and other permits to state agencies, which may include the need to certify permit applications or plans by state-licensed professionals; (12) Provide construction consultant(s) for site visits during project construction; (13) Firms will be rated on their internal quality control program used to ensure technical accuracy and discipline coordination; (14) All contract drawings are to be CADD (R-14) generated. No additional information is available at this time regarding this project. Firms desiring consideration should submit appropriate data as described in Note 24 to the addresses indicated above not later than 4:30 p.m. on May 4, 2001. 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.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=DTCG47-01-R-3EFK12&L=494)
Record
Loren Data Corp. 20010402/CSOL004.HTM (D-088 SN50H782)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on March 29, 2001 by Loren Data Corp. -- info@ld.com