COMMERCE BUSINESS DAILY ISSUE OF JULY 16, 2001 PSA #2893
SOLICITATIONS
C -- EVALUATION OF SEISMIC HAZARDS AT USCG LORSTA KODIAK, ALASKA
- Notice Date
- July 12, 2001
- Contracting Office
- Department of Transportation, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Juneau, P.O. Box 21747, Juneau, AK, 99802-1747
- ZIP Code
- 99802-1747
- Solicitation Number
- DTCG87-01-R-643A02
- Response Due
- August 14, 2001
- Point of Contact
- Ron Klaudt, Contracting Officer, Phone 907-463-2414, Fax 907-463-2416, Email rklaudt@cgalaska.uscg.mil -- Joseph O'Malley, Contracting Officer, Phone (907) 463-2417, Fax (907) 463-2416, Email jomalley@cgalaska.uscg.mil
- Description
- DTCG87-01-R-643A02 -- The Coast guard requires an analysis of the potential seismic hazards at the Long Range Aids to Navigation (LORAN) Station Kodiak in Narrow Cape, Alaska. The work includes a three phased approach to define the risks from (a) the potential for surface fault displacement on a fault that reaches the ground surface under the antenna field, including the area encompassed by the support cables, (b) surface folding and warping due to displacement on faults underlying the site at depth, and (c) strong ground motion resulting from an earthquake originating on the Narrow Cape fault or other seismic sources in the region. The first phase of work involves geologic and seismologic investigations regarding the surface faulting and folding issues and consists of reconnaissance level inspections and mapping of the site and surrounding area. Detailed investigations are required to adequately characterize the hazards. Deliverables are a map of surface geology including any features indicative of surface faulting or folding at the Narrow Cape LORAN site and a summary report describing the observations made during the air photo and field reconnaissance. Phases two and three shall be treated as options that may or may not be exercised. Phase two of the work involves fieldwork and more detailed investigations focused on trenching in those areas identified in phase one. Phase three of the work involves a ground motion study consisting of generating a ground motion response spectrum from two sources, a large regional earthquake and a nearby maximum credible earthquake on the Narrow Cape fault. Deliverables will be a deterministic and probabilistic analysis. Analysis will include the 625-foot tower and its response characteristics. The estimated start work date for this project is late August or early September 2001. The contract time will be 60 calendar days for the fieldwork plus an additional 60 calendar days to complete all other work and deliver the reports and findings. A firm-fixed-price option contract for professional architect-engineer services will be negotiated. The estimated price range for this project is under $100,000. Following a review and evaluation of qualification and performance data, negotiations will be commenced with the top-ranked firm on the selection list for this project. Selection of a firm for negotiation is through an order of precedence based on demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional service required, as determined by applying the following criteria: 1. Professional qualifications necessary for satisfactory performance of the required services (advanced educational background in geophysical engineering); 2. Specialized experience and technical competence in the type of work required (minimum 5 years experience in the type of work specified in this announcement); 3. Capacity to accomplish the work in the required time; 4. Past performance on similar contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules (include names and phone numbers of references); 5. Location in the general geographical area and knowledge of Kodiak Island and the seismic issues that relate to Kodiak Island, provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. The NAICS Code is 541330. This procurement is issued on an unrestricted basis in accordance with the Small Business Competitiveness Demonstration Act. This is NOT a small business set-aside. Qualified firms desiring consideration shall submit a Standard Form 254 and Standard Form 255 prior to the close of business (4:00 PM) on August 14, 2001. Firms having a SF-254 already on file with this office for calendar year 2001 need only provide the SF-255. (The SF-254 and SF-255 may be obtained via the Internet through the GSA Electronic Forms Library at http://www.gsa.gov/forms/). In Block 10 of SF-255, state why your firm is specially qualified based on the selection evaluation criteria (supplemental pages may be added). Also, use Block 10 to provide additional information desired by your firm. Only the SF-254 & SF-255 will be reviewed. DO NOT SEND ANY OTHER LITERATURE. Experiences identified in Block 8 should not be more than seven years old. The SF-254 and SF-255 shall be annotated with the Solicitation Number DTCG87-01-R-643A02. Submit to the Contracting Officer, USCG Civil Engineering Unit, Attn: Ron Klaudt, P.O. Box 21747, 709 W. 9th Street, Rm. 817, Juneau, Alaska 99802-1747. Faxed SF-254s and SF-255s will be accepted. Fax to (907) 463-2416. The sender is responsible for verification of receipt of fax transmissions. No solicitation will be issued. This is not a request for proposals.=20
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/DOT/USCG/USCGCEUJ/DTCG87-01-R-643A02/listing .html)
- Record
- Loren Data Corp. 20010716/CSOL010.HTM (D-193 SN50R716)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on July 12, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|