Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 8,1995 PSA#1279

Operational Contracting Division, 1940 Allbrook Dr, Ste 3, Wright- Patterson AFB, OH 45433-5309.

C -- ENVIRONMENTAL/ENGINEERING SERVICES SOL F33601-95-R-0058 POC For copy, ASC/PKWO, Attn: Bldg 260, 1940 Allbrook Dr, Ste 3, WPAFB OH 45433-5309 POC: M Cramer/PKWOEB/513-257-6572 Fax No 513-257-3926. SIC 8744 Size Standard 500. A-E services are required for Environmental/Engineering Services in support of both the 88th Air Base Wing and the Aeronautical Systems Center (ASC) Offices of Environmental Management at Wright-Patterson AFB, OH. Primary services required are (1) Environmental Compliance, (2) Pollution Prevention, (3) Environmental and Land-Use Planning, and (4) Environmental Engineering. Environmental compliance projects include things such as environmental studies and audits, developing pollution control technologies, preparing permits, and developing and maintaining action/management plans. Pollution prevention projects include things such as developing pollution prevention plans, establishing inventories for hazardous materials and municipal solid waste streams, conducting pollution prevention opportunity assessments, evaluating the economic and technical feasibility of process changes and recycling alternatives, creating tracking systems, developing and applying training plans and materials. Environmental planning projects would include such things as preparing environmental impact statements, environmental assessments, findings of no significant impact, baseline surveys, mitigating plans, socioeconomic surveys and natural anc cultural resources activities such as wetlands delineation, threatened and endangered species reviews, historical, archaeological and cultural resource review and plans. Environmental engineering projects would include things such as long-range and strategic planning, preliminary site investigative work and analysis (CERCLA/RCRA), engineering analysis, statistical analysis, surveys; preparation of programming documents, Requirements and Management Plans (RAMPs), Statements of Work (both project-specific and model), project designs (including project definition and detailed design documents), cost estimates (including parametric, detailed, value engineering, life-cycle cost analysis, and economic analysis), operations and maintenance manuals, performance specifications; and providing construction oversight, quality assurance/quality control, and public affairs support. Firms responding to this announcement are encouraged to highlight their present and anticipated capabilites in terms of products and services as they relate to the above areas. With regard to future capabilities, firms should describe how existing resources would be applied against these capabilities and how these anticipated capabilities could be used in the areas decribed above. Firms should be multidisciplined and/or clearly indicate their subcontractors and consultants. Joint ventures are encouraged. Firms should indicate resources available to accomplish work (e.g. computer design, laboratories, local resources, etc.). Selection criteria will include (in order of importance): (1) Specialized technical experience and capability, recent experience (the last 3 years), and anticipated future capabilities of the firm (including first tier subcontractors/consultants) in performing the types of services anticipated under this contract as outlined above; (2) Professional qualifications, certifications, and specialized experience of the team members (including first tier subcontractors/consultants); (3) Capacity to accomplish the work in the required time, including rapid response when necessary. Indicate the firm's present work load (in Section 10 of the SF 255) and the availability of the project team (including first tier subcontractors/consultants) for the specified contract performance period; (4) Past performance on contracts with Governmental agencies and private industry in terms of: cost control, quality of work, and compliance with performance schedules. The contractor shall include appropriate contract numbers and points of contact; (5) Proximity to WPAFB, OH; (6) Volume of work previously awarded to the firm by the DOD, especially the Air Force, with the object of effecting equitable distribution of A-E contracts amoung qualified firms. Up to four (4) ID/IQ contracts will be awarded. The basic award period for the contracts will be for one year from the date of contract award and will contain four annual option periods. Total performance period of the contracts will not exceed 60 months from date of award. The anticipated cumulative amount for the contracts will not exceed $38.5 million. The contracts can not exceed a total of $25 million per year per contract, and can not exceed a maximum of $10 million per order per contract. Of the multiple ID/IQ contract awards anticipated, two (2) will be issued on a full and open competition basis, one (1) will be issued as a Small Business set aside, and one (1) issued separately as a 8 (a) set aside. The 8 (a) set aside will be a separate action, and repsonses are not solicited by this announcement for the award of the 8 (a) set aside. The A-E firm may be required to provide services nationwide for ASC management Government Owned Contractor Operated (GOCO) sites. The Standard Industrial Classification (SIC) code is 8744 (500 employees). All firms desiring consideration shall submit 2 copies of SF 254 and SF 255 as they pertain to the prime and first tier subcontractor/consultant. Specifications/plans/''bidders list'' (solicitation packages) are not available. Only responses received by 4:00 PM on 20 March 1995 will be considered. This is not a Request for Proposal. An Ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors when an offeror prefers not to use established channels to communicate his/her concern during the proposal development phase of this acquisition. Potential offerors should use established channels to request information, pose questions, and voice concerns before resorting to use of the Ombudsman located in ASC/CY, Bldg 2041, 2511 L St, Wright-Patterson AFB OH 45433-7303, at (513) 255-0435, with serious concerns only. Direct all requests for solicitations and routine communication concerning this acquisition to the buyer listed elsewhere in this synopsis. See Numbered Note(s): 2. (0037)

Loren Data Corp. http://www.ld.com (SYN# 0021 19950207\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page