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