COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 10, 2001 PSA #2953
SOLICITATIONS
C -- C -- GREAT LAKES & MID-ATLANTIC STATES; MISCELLANEOUS CONSTRUCTION DESIGN SERVICES FOR USCG CEU CLEVELAND.
- Notice Date
- October 5, 2001
- Contracting Office
- Department of Transportation, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Cleveland, 1240 East 9th Street, Cleveland, OH, 44199-2060
- ZIP Code
- 44199-2060
- Solicitation Number
- DTCG83-02-R-3WF012
- Response Due
- November 9, 2001
- Point of Contact
- Brian Jarrell, Contract Specialist, Phone 216-902-6215, Fax 216-902-6278, Email BJarrell@ceucleveland.uscg.mil
- Description
- Provide professional architectural/engineering (A/E) services for Shore Facilities. Projects will include a variety of assignments involving U.S. Coast Guard Shore Facilities located throughout the Great Lakes, and mid-Atlantic states from the northern border of New Jersey to the northern border of South Carolina. Most work will consist of modification and renovations to existing structures. The Shore Facilities include residential and light commercial buildings and their mechanical and electrical systems, site utilities, waterfront facilities, and aircraft hangars. Work shall include, but is not limited to, miscellaneous general engineering and architectural services including architecture, mechanical, structural, civil, sanitary, geotechnical and coastal engineering, AutoCad drafting (AutoCad Release 14 software with CE-CADD version 6.11c4 which implements the standards described in CE-CADD application and standards manual dated march 98), engineering graphic and nongraphic databased programming (GIS, LISP, PASCAL, etc.), topographic analysis, surveying, project management, construction surveillance, environmental assessments, and master planning support. Services to be obtained may also include assessment of existing conditions, review of project designs, analysis of alternatives, recommendations for cost effective alternatives and development of final designs and construction contract documents. Criteria to be evaluated in the selection of the A/E firm(s) will be as follows: (1) Past performance on design contracts with estimated construction costs ranging from $100,000 to $350,000: (a) Demonstrated compliance with performance schedules and the ability to meet unusual time constraints; (b) Consistent use of most cost-effective designs to meet project requirements; (c) Quality of work as demonstrated by a history of minimal change-orders; (d) Demonstrated long term relationships and repeat business with customers; and (e) Describe successful project(s) executed for any federal agency. (2) Professional qualifications of the firm?s staff to provide required designs: (a) Ability to perform design work in architectural, civil, mechanical, and electrical engineering disciplines with in-house personnel; (b) Ability to generate AutoCad drawings with in-house personnel; (c) Ability to perform quality assurance/inspection services; and (d) Ability to perform specialized engineering services with in-house personnel (i.e. structural, environmental, surveying). (3) Proven ability (last five years) of the firm to produce quality designs in a wide range of renovation, design, and shore facility projects: (a) Light commercial, including building systems; (b) Residential, including building systems; (c) Site work, including utilities and paving; (d) Special construction, including waterfront facilities, hangars, transmitter buildings, and other Coast Guard specific buildings; and (3) Provide examples of facility designs that demonstrate energy conservation, waste reduction and the use of recovered materials. (4) Proven ability (last five years) of the firm to conduct quality studies and reports, including (a) Environmental (lead and asbestos) reports and testing; (b) AutoCad R14 drawings; (c) Site surveys, (d) Economic analyses of different construction methods and varying HVAC and/or electrical systems, (e) Calculations, (f) Cost Estimates, and (g) Underwater inspection of waterfront facilities. (5) Provide two examples demonstrating effective internal quality control procedures ensuring technical accuracy and coordination of disciplines; and (6) Professional qualifications of consultants to provide necessary technical work for the design beyond the capability of the firm?s in-house personnel. The basic contract year, and any resultant option year(s), shall have a guaranteed minimum contract amount of $5,000, and shall be limited to a maximum contract amount of $1.5 million, with a limit of $300,000 maximum per individual task order. The term of the contract shall be for one year from the date of contract award with an option for four (4) additional years. The government reserves the right to exercise the option(s). The total duration of the contract, including exercise of the option(s), shall not exceed 5 years. The government reserves the right to make multiple awards. This procurement is open to small and large businesses in accordance with the Small Business Competitiveness Demonstration Program. Firms desiring consideration are invited to submit a Standard Form (SF) 254 and SF-255 prior to the close of business on November 9, 2001. The SF-254 and SF-255 shall be annotated with the number DTCG83-02-R-3WF012, and sent to the Contracting Office Address shown above; Attention: Brian K. Jarrell. Faxed submissions will not be accepted. No solicitation will be issued. This is not a Request for Proposal. =20
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/DOT/USCG/USCGCEUC/DTCG83-02-R-3WF012/listing .html)
- Record
- Loren Data Corp. 20011010/CSOL001.HTM (D-278 SN5101W1)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on October 5, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|