Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 29, 2004 FBO #0825
SOLICITATION NOTICE

C -- CLEVELAND, OH; MISC. A/E PLANNING SERVICES

Notice Date
2/27/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
DHS - Direct Reports, 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
DTCG83-04-R-3WF207
 
Response Due
3/30/2004
 
Point of Contact
P. Korenchen, Contracting Officer, Phone 216-902-6218, Fax 216-902-6278, - P. Korenchen, Contracting Officer, Phone 216-902-6218, Fax 216-902-6278,
 
E-Mail Address
PKorenchen@CEUCleveland.uscg.mil, PKorenchen@CEUCleveland.uscg.mil
 
Small Business Set-Aside
Total HUB-Zone
 
Description
Provide professional architectural and engineering services required to support the U. S. Coast Guard’s shore facility planning system. The contract shall cover the United States; however, the main area will be the facilities located in fifteen states throughout the Great Lakes Region and the Mid-Atlantic states from the northern border of New Jersey to the northern border of South Carolina including the District of Columbia. Work includes, but is not limited to the following: (a) Organizational space requirements development; (b) Existing facilities condition assessments; (c) Planning proposals and Problem Statements in accordance with current Coast Guard instructions; (d) Facility master plans and regional plans in accordance with accepted professional planning procedures; (e) Project cost estimates including life-cycle cost analysis and Total Ownership Costs (TOC). (f) GIS studies using ArcGIS software suite; (g) Economic/Housing market studies; (h) Graphics work in support of planning projects. (i) Preparation of environmental documentations to include Categorical Exclusion Determinations (CATEX), Environmental Assessments, and Environmental Impact Statements in accordance with current NEPA standards; (j) Cultural resource studies including Section 106 National Register eligibility determinations and HABS/HER documentation; (k) Facility and special studies; digitized maps and building plans; land surveys; cadastral maps and real estate summary maps; technical reports, socio-economic analysis, statistical analysis including regression analysis and linear programming, landscape plans, multi-media presentations, AutoCad 2002. The following is the selection evaluation criteria, in relative order of importance: (1.a.) Specialized experience in the last five years to product quality planning products in a wide range of projects as described in items (a) through (k) above). (1.b.) Professional qualifications of the firm’s staff to provide required designs: (a) Ability to perform the majority of planning work in Criteria (1.a.)(items a – d) with in-house personnel, and, (b) Qualifications of entire team. (2) Demonstrated capabilities in sustained accomplishment of work within established time limits for multiple and simultaneous task/delivery orders. (3) Demonstrate capabilities of the firm, within the last five years, to conduct quality studies and reports, including: Quality control/quality assurance, development and technical support of integrated graphic, pictoral, narrative, and tabular data applications in electronic format, such as single page layouts containing text, photographs, and graphics taken from past publications; single drawings; photographs; and firm created graphics. This experience should be represented by submission of not more than five examples of one page each. Any samples beyond five will not be considered. Do not submit whole publications for these examples; Use of AutoCad 2002 and ArcGIS software; and, Economic Analysis; (4) Past experience with Federal Government and Coast Guard organizations; and, (5) Ability to obtain a security clearance. This procurement is a Total HubZone Set-Aside. The NAICS is 541330 with a Small Business Size Standard of $4.0 million. This will be a firm fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract. The total contract amount will not exceed $2,500,000.00 per year and shall not exceed $300,000.00 per task order. The contract provides for a minimum guarantee of $10,000.00. The duration of the contract will be for one year with options for four additional one-year periods. The total duration of the contract, including exercise of any option, will not exceed five years. The government reserves the right to make multiple awards. Firms desiring consideration are invited to submit a SF-254 and SF-255 prior to the close of business on March 30, 2004. Block 10 may be used to provide additional information on the firm’s qualifications based on the selection evaluation criteria (supplemental pages may be added). Facsimile or electronic copies will not be accepted. Please provide the following information on the form(s): RFP number DTCG83-04-R-3WF207, Tax Identification Number (TIN), DUNS number, and status as a SBA certified HubZone firm. FAR Clause 52.219-14, Limitations on Subcontracting, will apply to this solicitation. At least 50 percent of the cost of performance incurred for personnel shall be expended for employees of the concern. Contractors doing business with the government are required to be registered in the Central Contractor Registry (CCR). For additional information, or to register with CCR, access http://www.ccr.gov. No solicitation will be issued. This is not a request for proposal.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-DR/USCG/USCGCEUC/DTCG83-04-R-3WF207/listing.html)
 
Place of Performance
Address: USCG CIVIL ENGINEERING UNIT, 1240 EAST NINTH STREET, RM. 2179, CLEVELAND, OH
Zip Code: 44199-2060
Country: USA
 
Record
SN00532837-F 20040229/040227232738 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.