Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2002 FBO #0209
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY TYPE CONTRACT FOR INVESTIGATION AND DESIGN FOR RECLAMATION OF ABANDONED MINE LAND SITES

Notice Date
6/27/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps of Engineer - Omaha District, 106 S. 15th Street, Omaha, NE 68102-1618
 
ZIP Code
68102-1618
 
Solicitation Number
DACA45-02-R-0038
 
Response Due
7/30/2002
 
Archive Date
8/29/2002
 
Point of Contact
Angela Saville, 402-221-4168
 
E-Mail Address
Email your questions to US Army Corps of Engineer - Omaha District
(Angela.D.Saville@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA 1. CONTRACT INFORMATION: Up to two Indefinite Delivery Type contracts may be awarded for a one-year base period, and may include two-year option periods of one (1) year each. The contract amount will not exceed $600,000 in the base period, and will not e xceed $900,000 in the option period. The option period may be exercised when the contract amount for the base period has been reached. Firm fixed price Task Orders will be issued from time to time as the need arises during the contract period. The amoun t of the Task Orders will not exceed the contract amount in any period. Contract award is anticipated in August 2002. A-E services are required for site investigations, surveying and mapping, planning studies, reports, concept design, final design, and construction phase services. Contracts will be awarded between August 2002 and August 2003 as needed to support workload requirements. The contracts will be awarded in order of the Selection Board's ranking of the selected firms. Submitters are advised that all contracts may not be aw arded if not supported by sufficient workload. Allocation of task orders from among firms awarded contracts will be based on the following factors: specialized knowledge or expertise that would significantly benefit a specific customer or enhance execution , past experience with a specific customer or knowledge of the locality, availability of appropriate staff, performance on previous task orders, magnitude of task order relative to remaining contract capacity, and equitable workload distribution. This is a small business set-aside competitive procurement under NAICS Code 541330. The small business size standard for NAICS Code 541330 is $4,000,000. To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site at http://ccr2000.gov. For further questions and/or concerns, please contact: CCR Assistance at (888) 277-2 423 (Monday - Friday, 8 a.m. - 6 p.m. EST) or Electronic Commerce Information Center (ECIC) at (800) 334-3414 (Monday - Friday, 8 a.m. - 6 p.m. EST) Selected firms will be required to comply with US Army Corps of Engineers (USACE) Omaha District CADD standards (ftp://ftp.nwo.usace.army.mil/pub/ ED/CADD/ae/standards/CADDSTD.PDF), however experience with Omaha district standards in not required for selec tion. 2. PROJECT INFORMATION: The work to be performed under this contract consists of investigations, studies, and designs for the reclamation of abandoned mine land (AML) sites primarily for the Bureau of Land Management Montana State Office AML Program in Mon tana, North Dakota, and South Dakota. The contract may also be used for other Omaha District customer AML projects within the Northwestern Division boundaries. Task Orders under this contract may include, but are not limited to, preliminary assessments an d site investigations (identification of contaminants, extent of contamination, properties of contaminants, and pathways), property and claim ownership determinations (identification of past and current owner/operators, assessments of financial viability, research deed/lease agreements), historic and archaeological site surveys, preparation of community relations plans, participation in public meetings, preparation of reclamation work plans, sampling and analysis plans (field sampling plan & quality assuran ce project plan), and health and safety plans, environmental permitting and regulatory program compliance. Task Orders may also include site characterization including field investigations, chemical sampling and analysis, human and ecological risk assessm ents, development of cleanup goals, preparation of expanded engineering evaluation/cost analysis documents, reclamation investigation reports, aerial photography and site mapping, reclamation project design, preparation of plans and specifications, reclama tion project construction cost estimates, reclamation project bid package preparation, reclamation project construction phase services, and reclamation project follow-up maintenance monitoring. Individual Task Orders are estimated at, but not limited to, between $25,000.00 and $150,000.00. 3. SELECTION CRITERIA: See Note 24 for a general description of the A-E selection process. The selection criteria for this particular project are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Cr iteria A-E are primary. Criteria f is secondary and will only be used as a ?tie-breaker? among technically equal firms. a. Recent specialized experience and technical competence of the firm (including consultants) in: (1) Investigation, study, design, and construction phase services for AML projects as described in Part 2. PROJECT INFORMATION. (2) Demonstrated recent experience with State of Montana Department of Environmental Quality (DEQ) Mine Waste Clean-up Bureau?s ?Abandoned Inactive Mine Cleanup Procedures? process. (3) Experience in mine reclamation projects in the State of Montana, and to a lesser degree the States of North Dakota, and South Dakota (4) Experience in multi-disciplinary studies that involve eleme nts of engineering, hydrogeology, geochemistry, and environmental and health sciences. (5) Demonstrated experience in preparing designs leading to successful reclamation construction projects (6) Experience in performing construction phase services on AML reclamation projects (7) Experience in surveying, aerial photography, topographic mapping, and producing quantity surveys. (8) Producing CADD drawings in a format fully compatible with Microstation J or AutoCad version 2002, or higher. (9) Construction co st estimating and preparation of estimates using the Corps of Engineers? Micro-Computer Aided Cost Estimating System (M-CACES) Gold version (software provided) or similar system. b. Knowledge of the locality. Demonstrate with past project history, or project team members a familiarity with Montana mining history, local construction methods, established reclamation alternatives, applicable regulatory agencies, and local laws and re gulations. To a lesser degree demonstrate same in North Dakota, and South Dakota. c. Professional qualifications and specialized experience in providing services similar to those listed above of the proposed team members (including consultants) in the following disciplines: environmental, geotechnical and civil engineering; environmenta l sciences (biology, ecology, toxicology, risk assessment, etc.;) chemistry, geology and mining engineering; hydrogeology, industrial hygiene (certified); construction management; and community relations. The evaluation will consider education, certificat ions, training, registration, overall and relevant experience, and longevity with the firm. d. Capacity to accomplish the work in the required time, including the ability to complete more than one task order at a time. e. Past performance on previous contracts with respect to cost control, quality of work, and compliance with performance schedules. f. Location of the firm in proximity to BLM Butte Field Office. 4. SUBMITTAL REQUIREMENTS: See Note 24 for general submission requirements. Solicitation packages are not provided for A-E contracts. This is not a request for proposal. Interested firms having the capabilities to perform this work must submit two copi es of a combined SF 255 and separate SFs 254 for the prime firm and each consultant. To be considered, submittals must be addressed as follows: U.S. Army Corps of Engineers, Omaha District, CENWO-CT-H, ATTN: Angela Saville, 106 S. 15th Street, Omaha, NE 6 8102-1618. Submittals must be received no later than 3:30 PM CST on 30 July 2002. Due to heightened security at Government installations, those offerors who have their submittals hand-delivered shall contact Angela Saville, Contract Specialist, at (402) 221-4168 or (402) 221-4100 prior to delivering to the address shown above. A contracting representative will be in the lobby to accept submittals. Official time will be established by the clock located in the area where the submittals are received. In block 10 of the SF 255, provide the following: (a) Firm Organizational Chart. An organizational chart showing the inter-relationship of management and various team components (including subcontractors). (b) The firm's present workload and the availability of the project team (including consultants) for the specified contract performance period. In block 3 of SF 255 provide the submitting firm's number (six or seven digits) assigned by the North Pacific Division, U.S. Army Corps of Engineers, for the Architect-Engineer Contract Administration Support System (ACASS) and the firm number for any cons ultants in block 6 of the SF 255. If unknown, so state. To receive information to obtain an ACASS number, call (503) 808-4591. Personal visits for this solicitation to the Omaha District offices or the Bureau of Land Management will not be scheduled.
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 106 S. 15th Street, Omaha NE
Zip Code: 68102-1618
Country: US
 
Record
SN00100878-W 20020629/020627213333 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.