SOURCES SOUGHT
C -- Environmental Planning Services
- Notice Date
- 1/31/2002
- Notice Type
- Sources Sought
- Contracting Office
- Department of Transportation, United States Coast Guard (USCG), Commanding Officer, USCG Facilities Design & Construction Center (Pacific), 915 Second Avenue Room 2664, Seattle, WA, 98174-1011
- ZIP Code
- 98174-1011
- Solicitation Number
- DTCG50-02-R-643653
- Response Due
- 3/12/2002
- Archive Date
- 3/27/2002
- Point of Contact
- Joel Childers, Contracting Officer, Phone 206 220-7421, Fax 206 220-7390,
- E-Mail Address
-
Jchilders@pacnorwest.uscg.mil
- Description
- Provide professional architect/engineering services for environmental compliance studies, NEPA compliance, environmental and cultural resource studies, environmental site assessments, facilities' improvement plans, land use planning, environmental program management, and real estate development analyses that are responsive to federal, state, and local requirements. The products developed will support Coast Guard planning requirements for facilities master plans; real estate transactions; alteration or new construction of buildings, roads, parking lots, piers, towers and other structures; landscape modifications; installation or removal of utilities; and related demolition of facilities. Environmental site remediation is not included in this contract. Required services will address the environmental and cultural resource planning components of facility design and construction for Coast Guard shore facilities located in California, Oregon, Washington, Hawaii, and Alaska. The Contractor must also demonstrate a background in facility compliance issues, environmental planning and public coordination, and cultural resource management. Projects will be defined and negotiated on an individual task basis. Some products must be in formats compatible with PC-based desktop publishing and mapping systems. Proposed procurement will result in an Indefinite Delivery/Indefinite Quantity Contract to be in effect for one year with four one-year options. Contract has a maximum potential of $1,500,000 annually. The following disciplines may be required: Project Manager, Historian, Architectural Historian, Archaeologist, Biologist, Botanist, Geologist, Soil Scientist, Geographer, Information Resources Specialist, Surveyor, Draftsperson, Report Writer, Landscape Architect, Architect, Structural, Civil, and Environmental Engineers, Chemist, Environmental Specialist and Technician, Public Involvement Specialist, Economist, and Planner. The evaluation criteria in descending order are: (1) Level of professional qualifications of the firm's staff and consultants to be assigned to the contract related to conducting and integrating environmental planning and analysis, real estate development analysis and other master/facility planning tasks, field data collection and analysis, site contamination studies, and knowledge of Federal/State/Local environmental/cultural laws, regulations, and guidelines; (2) Level of relevant specialized experience of the firm in related work; (3) Past Performance record with Government and private clients; (4) Knowledge of the natural environment and practical experience with environmental compliance for projects within the geographic area; (5) Organization and Management, project team organization, key personnel roles and responsibilities and project management coordination procedures among technical disciplines; (6) In-house capability to produce final reports of desktop publishing quality; Firms desiring consideration must submit a SF-254 and SF-255, and any subconsultant?s SF-254s, including an organizational chart of key personnel to be assigned to this project. Submittals must be received in this office by 4 P.M., 12 March 2002. Telephone calls are discouraged since no further technical project specific information will be furnished prior to selection of short-listed firms. NOTE: The Department of Transportation (DOT) Office of Small and Disadvantaged Business Utilization (OSDBU), has programs to assist minority, women-owned and disadvantaged business enterprises to acquire short-term working capital for transportation-related contracts. Loans are available under the DOT Short term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning STLP, call the OSDBU at 800 532-1169.
- Record
- SN20020202/00021039-020131210210 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |