Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 16,1998 PSA#2013

Commander (KO), Civil Engineering Unit, Juneau, P.O. Box 21747, 709 W. 9th St., Room 817, Juneau, AK 99802-1747

C -- ARCHITECT AND ENGINEERING SERVICES -- ENVIRONMENTAL SOL DTCG87-98-R-6XA018 DUE 022398 POC R. B. Wade (907) 463-2418 WEB: none, none. E-MAIL: Contracting officer e-mail address, b.wade/ceujuneau@internet.uscg.mil. U. S. Coast Guard Civil Engineering Unit Juneau (CEUJ) in Juneau, Alaska is announcing requirements for acquisition of architect/engineer (A/E) services under an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract on an as needed basis for Environmental Services, including Civil, Mechanical, Electrical, Structural Engineering, and Architectural disciplines. Two contracts will be awarded, one primarily in environmental restoration, and the other primarily in environmental compliance, however, either contract may be used to provide a full spectrum of environmental services as described below. A/E firms which meet the requirements described in this announcement and wish to be considered are required to submit SF-254s and SF-255s no later than February 23, 1998. A/E firms to provide services including, but not limited to, work with Federal and Alaska State Environmental Regulations such as RCRA, CERCLA, CWA, CAA, 18AAC. Typical projects will include, but are not limited to: Environmental site investigations; preliminary assessments; release investigations;` UST Site Assessments; remedial designs; feasibility studies; corrective action plans; engineering designs, specifications, and cost estimates; risk-based cleanup determinations; asbestos and lead-based paint assessments; development of facility compliance plans and environmental permit applications; development of NEPA documentation; development of landfill closure plans; field sampling for groundwater, soil, soil gas, and air; response plan (SPCC etc.) development; RCRA hazwaste and PCB characterization, labeling, transport, and documentation; and database and internet resource development. The contractor shall have the capability to provide documents in the following binary formats: Drawings in AutoCAD r13 or r14; Scopes and Specifications in Microsoft Word v7.0 or v8.0; Calculations and Cost Estimates in Microsoft Excel v7.0 or v8.0; Databases in Microsoft Access v7.0 or v8.0. All electronically provided information shall be delivered on the following media (in order of preference): 650MB Joliet CD-ROM, 100MB DOS EFAT ZIP Cartridge, 1.44MB DOS EFAT Floppy Disk. Further format requirements may be specified in individual task orders. Projects are generally located within the State of Alaska, but there may be some projects located in other states. A/E selection criteria will include in order of importance: (1) Professional qualifications necessary for satisfactory performance of the requires services; (2) Specialized experience and technical competence in the type of work required; (3) In-house and organizational capacity to accomplish the work in the required time; (4) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules (5) Location of A/E firms and subconsultants in general geographical area of the projects and Civil Engineering Unit Juneau, Alaska; (6) Knowledge of the locality of the project; (7) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction in facility design. Contract performance will be for a period of one year, with government option to extend services, for up to a maximum of three additional years. The government may exercise a contract option before the expiration of the base contract period or preceding option period if the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. The small business size standard is identified as Standard Industrial Classification Code 8711 and the applicable size standard is $2.5 Million Dollars in annual receipts for the past three years. If selected, a large business offeror will be required to submit a small/small disadvantaged and woman owned small business subcontracting plan in accordance with FAR 52-219.9. Task orders placed against these contracts will not exceed the following limitations: no individual order will exceed $300,000, the total amount of each contract shall not exceed $750,000 per year, and each subsequent option year, with a guaranteed minimum $5,000 per contract. This is issued pursuant to the Small Business Competitiveness Demonstration Program (Public Law 100-656). This project is open to all businesses regardless of size. THE FOLLOWING NOTICE IS PROVIDED AS INFORMATION FOR MINORITY, WOMEN-OWNED, AND DISADVANTAGED BUSINESS ENTERPRISES: 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 with interest at the prime rate. For further information, call (800) 532-1169. Internet address: http://www.osdbuweb.dot.gov. All SF-254s and SF-255s delivered by other than US Postal Service should be addressed to the Contracting Officer, Civil Engineering Unit Juneau, 709 W 9th Street, Room 817, Juneau, Alaska 99801 and received by the above date. No other notification of this project will be made. THIS IS NOT A REQUEST FOR PROPOSALS. (0014)

Loren Data Corp. http://www.ld.com (SYN# 0023 19980116\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page