Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 23, 2008 FBO #2523
SOURCES SOUGHT

C -- Architect/Engineer Services IDIQ for Kodiak, AK

Notice Date
10/21/2008
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Facilities Design & Construction Center (Pacific), 915 Second Avenue, Room 2664, Seattle, Washington, 98174-1011
 
ZIP Code
98174-1011
 
Solicitation Number
HSCG50-09-R-643G27
 
Point of Contact
Margaret M Wilson,, Phone: (206) 220-7424
 
E-Mail Address
maggie.m.wilson@uscg.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
THIS IS NOT A REQUEST FOR PROPOSAL (RFP). THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION IS TO BE SUBMITTED ON Standard Form (SF) SF-330. Architect/Engineer (A/E) services are required, per NAICS code 541330 for an Indefinite Delivery Contract (IDC) for various engineering, design and planning projects. Projects will be for U. S. Coast Guard facilities located in Kodiak, Alaska. Work tasks will be primarily for shore-side and waterfront structures, site improvements, and infrastructure. Primary disciplines required are Architectural, Civil, Mechanical, Electrical, Communications Distribution, Structural, and Cost Estimating. In addition, the A/E must have access to related engineering and planning services, including waterfront and coastal engineering, geotechnical engineering, hazardous materials investigation, land surveying, waste water and water treatment engineering, landscape design, physical security design, fire protection engineering, interior design, and NEPA and permitting expertise. The value of individual tasks provided will vary; the value of each task cannot exceed $300K. Contract has a potential value of $1 million per year, with a minimum guarantee of $2,500. IDC will be in effect for one year, with four one-year options. THIS IS 100% SET ASIDE FOR SERVICE DISABLED VETERAN OWNED PROCUREMENT EVALUATION and SELECTION CRITERIA: Submissions of completed Standard Forms 330 (SF-330) received in response to this notice will be evaluated by a government board in accordance with PL 92-582 (Brooks Act) and Federal Acquisition Regulation (FAR) Part 36 to determine the most highly qualified firms. Evaluation of past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in being considered less qualified. The selection will be based on the following criteria and are in descending importance. 1) IDC Team's specialized experience in engineering and design of shore side and waterfront structures, including site improvements and infrastructure for the Coast Guard, along with experience in sustainable building design, energy conservation, pollution prevention, waste reduction, and use of recovered materials; 2) Professional Qualifications of IDC Team members, demonstrating the ability to perform the required services; 3) Management and Organizational approach and methods towards accomplishing multiple projects and project cost control, giving consideration to projected workload over the next year, and organizational expertise in problem solving, sub-consultant management, and project control with similar multi-task order contracts; 4) Past Record of Performance on contracts with government agencies and private industry described in terms of quality of work, cost control, cost effectiveness of the solution, and compliance with performance schedule; and 5) Proximity to the U. S. Coast Guard Facilities Design and Construction Center Pacific, Seattle, Washington. Response by submittal of two (2) copies of SF 330 which must be received no later than 3:00 PM, 25 November 2008. Firms desiring consideration shall submit appropriate data as described in this notice. Submittals shall be sent to: USCG FD&CC PAC, Attn: Maggie Wilson, 915 2nd Ave., Rm 2664, Seattle, WA 98174-1011.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1b537949ec1c7959ed09d61bfe8cb9e8&tab=core&_cview=1)
 
Place of Performance
Address: US Coast Guard Base, Kodiak Island, Kodiak, Alaska, 99615, United States
Zip Code: 99615
 
Record
SN01694544-W 20081023/081021221203-1b537949ec1c7959ed09d61bfe8cb9e8 (fbodaily.com)
 
Source
FedBizOpps 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.