|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 2,1996 PSA#1732Commander (vpl-1), U.S. Coast Guard, Maintenance and Logistics Command
Atlantic, 300 E. Main Street, Suite 600, Norfolk, VA 23510-9102 C -- A & E SERVICES SOL DTCG80-97-R-3FA740 POC Contact Ms. Janet
Martin, Contract Specialist, (757) 628-4640 or Mr. Kevin Brumfiel,
Contracting Officer, (757) 628-4635 Provide Professional Marine
Engineering and Naval Architectural Services involving Coast Guard
vessels in the geographical areas covered by MLCA Naval Engineering
Support Unit located in the following areas: Boston, MA, New York, NY,
Portsmouth, VA, Miami, FL, New Orleans, LA, Cleveland, OH, and St.
Louis, MO. The Coast Guard Maintenance and Logistics Command Atlantic
(MLCA) contemplates award of an Indefinite Quantity Type contract to
cover general Naval Architectural and Marine Engineering requirements
for the repair, maintenance and alteration of its vessels. Services of
a licensed Professional Engineer will be required. The period of
performance for the anticipated contract will be for one (1) twelve
month period from date of award with consideration for a one (1) twelve
month option period to be exercised at the discretion of the
government. The MLCA guarantees a minimum contract dollar amount of
$5,000.00. No individual order shall exceed $300,000.00 and the total
contract shall not exceed $1,500,000.00. The type of vessels include
but are not limited to 378, 270, 225, and 210 foot cutters; 180, 175,
160, 157, 133, 100 and 75 foot buoy tenders; 140 and 65 foot tugboats;
110 and 82 foot patrol boats, and various small boats under 65 feet in
length. Vessel systems include mechanical/electrical systems, hull
structures, propulsion plant, and auxiliary systems. Examples of some
recent job tasks: conceptual design or a propulsion control system;
engineering troubleshooting of ventilation and condensation problems;
feasibility study of vessels drydock schedule; design, specification
development, drawings stability calculations, and cost estimates for
installation of equipment such as boat davits and oily water
separators. Disciplines and services will include Naval architecture,
marine, mechanical, electrical and sanitary engineering, cost
estimating and ship surveying. Services to be obtained may include
preliminary schematic designs, assessment of conditions, analysis of
alteratives, development of final designs for alterations, renovations
and repairs, including technical documents, specifications engineering
drawings, calculations, various construction engineering services and
cost estimates. Selection to be based upon: (1) relevant experience and
capability of key personnel including their firms specialized technical
capability (40%), (2) past performance on contracts in terms of cost
control, quality of work and compliance with performance schedules
(35%), (3) ability of the firm to respond to specific tasks within the
required time frame (20%), and (4) firm's location within the
geographic confines of the MLCA (5%). Architect-Engineer firms which
meet the requirements described in this announcement are invited to: 1)
Submit a Standard Form 254 Architect-Engineer and Related Services
Questionnaire and 2) Submit a Standard Form 255, Architect-Engineer and
Related Services Questionnaire for Specific Project, no later than COB
January 21, 1997. Interested firms are requested to include telefax
numbers on their SF-255 in block 3a and Contractor Establishment Code
(formerly the DUNS number), Commercial and Government Entity (CAGE)
codes, if known, and Taxpayer Identification Number (TIN) in block 3.
Label the lower left hand corner of the envelop with the solicitation
number DTCG80-97-R-3FA740. This is not a request for proposal. No other
document will be issued until the evaluation panel concludes their
reviews. Site visits will not be arranged during advertisement period.
All responses from responsible sources will be considered. The
proposed contract listed here is part of the Small Business
Competitiveness Demonstration Program. All required SF-254 and SF-255
questionnaires shall be forwarded to: Commander (vpl-1), Maintenance &
Logistics Command, Atlantic, 300 East Main Street, Suite 600, Norfolk,
VA 23510-9102, by the time and date established above. (0332) Loren Data Corp. http://www.ld.com (SYN# 0026 19961129\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|