Loren Data Corp.

'

 
 

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

US Army Engineer Division, Huntsville, ATTN: CEHND-PM-AE, PO Box 1600, 4820 University Square, Huntsville, Alabama 35816-1822

C -- INDEF DELIVERY/INDEF QUANTITY CONTRACT FOR TITLE I & II SERVICES FOR A-E ENVIRONMENTAL RESTORATION SERVICES UNDER DERP AT SENECA ARMY DEPOT ACTIVITY, NEW YORK POC Patricia Newman, Contract Specialist, or Danny J. Biggs, Contracting Officer, 205-895-1383. Architect-Engineer (A-E) services are required to meet the re- quirements of Federal and State regulations for the remediation of Hazardous, Toxic and Radiological Waste (HTRW)/Ordnance and Explosive Waste (OEW) for all phases of the Comprehensive Environmental Response, Compensation and Liability Act (CERCLA) (including Superfund Amendments and Reauthorization Act (SARA) of 1986), all phases of Resource Conservation and Recovery Act (RCRA) (including Hazardous and Solid Waste Amendments of 1984), National Environmental Policy Act (NEPA), Clean Water Act, Clean Air Act and Clean Air Act Amendments, Toxic Substances Control Act (TSCA), Safe Drinking Water Act, and other appropriate Federal and State regulations that are applicable to environmental restoration activities at Seneca Army Depot Activity (SEDA), New York. This announcement is open to all businesses regardless of size. TITLE I services are expected to include, but will not be limited to: technical report preparation (e.g. workplans, remedial investigation/feasibility studies, RCRA Facility Assessments/Investigations), sampling/analysis for environmental clean-up, engineering evaluations/cost analysis, removal action/interim measure design, remedial action designs, groundwater modeling (two dimensional and three dimensional), laboratory analysis, data validation, preparation of baseline risk assessments, assistance with community relations and fulfillment of public participation requirements, bench treatability studies, implementation of pilot-scale treatment studies and characterization and disposal of investigation derived wastes. TITLE II services for remedial actions and removal actions/corrective measures are expected to include, but will not be limited to: supervision and inspection of construction, review of shop drawings, construction schedules and sequencing, design changes to incorporate existing site conditions, preparation of operation and maintenance manuals, and engineering and design during construction. A one year indefinite delivery/indefinite quantity contract with four one year options will be negotiated for these services (total of five years). This contract will have the capability to issue Cost-Plus-Fixed-Fee (CPFF) delivery orders. The maximum individual delivery order limit will be $3 million, and there will be a total contract limit of $55 million ($15 million basic year, $15 million for each of the first two option years and $5 million for each of the last two option years). The Government's minimum obligation is two percent of the stated maximum or $500,000, which ever is less, in base year, and one percent of the stated maximum or $250,000, or whichever is less, in each option year. Funds for this minimum obligation will be available by the time of contract award. In order to be considered for selection of this contract, interested firms must submit an SF 254/255 (11/92 editions only). The Government reserves the right to synopsize and award contracts for similar work at this site. One of the main reasons this might be done includes, but is not limited to, an instance when the Government Estimate for a project exceeds the established contract limits and a project must be started prior to the next contract ordering period becoming effective if the current delivery order limits have been achieved. The performance period for this contract is estimated to be from April 1995 through April 2000. There is no guarantee that any delivery orders will be issued under the basic contract or any of the contract option years in excess of the minimum guarantees. Since engineering design may be required under this contract, responding firms must be capable of providing design drawings on a computer-aided design and drafting (CADD) system. All final drawings will be computer-generated, plotted and provided in a format and medium that will permit their loading, storage and use without modification or additional software on the Huntsville Division graphics system. The Huntsville Division graphics system consists of INTERGRAPH Corporation supplied workstations running Microstation Version 5.0, Project Architect, Project Layout, Modular GIS Environment (MGE) software products, Inroads and InXpress software with data input required on either a 9-track, 1600 BPI tape drive, 2.3 GB or 5 GB 8mm data cartridge, 3.5 inch 1.4 mbyte floppy disk and a 5 1/4 inch 1.2 mbyte floppy disk. State the CADD system to be used and demonstratehow it is compatible with the Huntsville Division sys- tem. The final tape submitted by the A-E shall be delivered on 9-track, 1600 BPI, Odd Parity, ASCII computer magnetic tape and must be capable of being directly loaded into CEHND's Intergraph system without modification or loss of data. Since large amounts of environmental quality data may need to be interpreted and managed under this project, responding firms must be capable of utilizing a Geographical Information System (GIS) to record these data for interpretation and management. Responding firms must, as part of their response, demonstrate how their system will be made compatible with CEHND's graphic system. Firms failing to submit information on how they will achieve complete CADD and GIS compatibility with CEHND's system will not be considered. The A-E must clearly identify the responsible engineer-in-charge, geologist-in-charge, staff personnel and subcontractors intended to perform the work. Work may be in controlled access areas and all personnel working on the project must be U.S. citizens capable of being badged and cleared on the facility. SELECTION CRITERIA: The following evaluation criteria for this proposed contract are mandatory and relatable to the factors in Note 24. (1) SPECIALIZED EXPERIENCE and TECHNICAL COMPETENCE IN TYPE OF WORK REQUIRED: SUBFACTORS: (a) Demonstrated experience and capability in performing necessary steps for remediation under DERP, CERCLA and RCRA which include, but are not limited to: work plan preparation, competence in environmental sampling methodology (installation of monitoring wells, soil borings, etc.), field sampling and analysis (field screening and laboratory analysis), data validation and management, report preparation (remedial investigation, baseline risk assessment, feasibility study, proposed plan, record of decision, engineering evaluation/cost analysis, etc.). (b) Demonstrated experience in sampling and analysis of water, soil, air, and hazardous, toxic and radiological waste using USEPA Region II/New York State Department of Environmental Conservation (NYSDEC)- approved methods and protocols. (c) Demonstrated experience in the overall management (collection, storage and disposal,etc.) of investigation-derived wastes (IDW) according to EPA II/NYSDEC requirements. (d) Demonstrated experience in working directly (or indirectly, through the client) with NYSDEC and EPA Region II with regard to responding to and rectifying regulatory concerns. (e) Demonstrated experience and ability to design and prepare construction plans and specifications for groundwater and soil treatment facilities. Design of remedial actions and interim measures/removal actions to meet current criteria and standards. (f) Ability to perform numerical, multi-media (air, water, soil, groundwater) environmental modeling. Of particular importance are groundwater models including both groundwater flow modeling and contamination transport modeling (two dimensional and three dimensional modeling). (g) Demonstrated experience in preparing construction plans and specifications conforming to Federal Government requirements. (h) Knowledge of Department of Defense, U.S. Environmental Protection Agency (USEPA), and State of New York regulations pertaining to RCRA corrective measures, CERCLA remedial actions and removal actions, environmentaldocumentation, quality assurance, environmental sampling, and engineering design. (i) Demonstrated experience in performing pilot-scale groundwater, surface water, and soil treatment studies. (j) Past experience in performing CERCLA risk assessments according to USEPA requirements. (k) Construction cost estimating and preparation of estimates on IBM-compatible personal computers using Corps of Engineers Computer Aided Cost Estimating System (MCACES) (software provided) or similar software. (l) Ability to produce design drawings compatible with CEHND system and utilize GIS to manage and interpret environmental data. (m) Interested firms must demonstrate that they have the capability to implement the supervision and inspection of construction, review of shop drawings, construction schedules and sequencing, design changes to incorporate existing site conditions, preparation of operation and maintenance manuals, and engineering and design during construction. (2) PROFESSIONAL QUALIFICATIONS NECESSARY for SATISFACTORY PERFORMANCE OF REQUIRED SERVICES: SUBFACTORS: (a) Multidisciplinary engineering team, including professionals registered in the engineering disciplines of architecture, civil, geotechnical, geological, structural, chemical, mechanical, electrical, and environmental engineering. The supervising engineer of the project must be a registered professional engineer or be capable of being registered at the time of the individual delivery order award in the State of New York. (b) Effective organizational structure and project team management plan addressing how the various prime, subcontractor, and/or joint venture participants will function as a cohesive unit and how the team will be centrally managed to assure successful completion of this contract. (c) Experience or expertise in the disciplines of geology and hydrogeology, including a hydrogeologist with a minimum of five years of direct experience with 3D numerical computer modeling methods, who will directly supervise the modeling. (d) Multi-disciplinary environmental health and science team, with experience and expertise in the disciplines of chemistry, biology, public health, industrial hygiene, health physics, toxicoloy, environmental science, safety, cost estimating, surveying, project management, and construction management. A Certified Industrial Hygienist with experience in hazardous waste site operations is required. This project will require a matrixed team of experienced environmental professionals. (e) Team expertise in explosive ordnance detection and disposal. Team members must be graduates of the Naval Explosive Ordnance Disposal (EOD) school, Indianhead, Maryland (minimum qualifications: senior UXO supervisor - 15 years, UXO supervisor, safety officer and QC specialist - 10 years and UXO specialists - 3 years). (f) The analytical laboratory must be validated at the time of submission or by the time of award by the Missouri River Division, U.S. Army Corps of Engineers, meet USEPA Region II and New York State Department of Environmental Conservation (NYSDEC) CLP criteria, and meet any other special criteria required by the State of New York. (3) CAPACITY TO AC- COMPLISH THE WORK IN THE REQUIRED TIME. SUBFACTOR: Interested firms must demonstrate that they have in-house capacity, or adequate resources in-house supplemented by subcontract or joint venture forces, to perform work on several operable units simultaneously and meet enforceable deadlines set by the U.S. EPA and the State of New York. (4) PAST PERFORMANCE ON CONTRACTS WITH GOVERNMENT AGENCIES and PRIVATE INDUSTRY IN TERMS OF COST CONTROL, QUALITY of WORK, AND COMPLIANCE WITH PERFORMANCE SCHEDULES. Since the proposed contract type is cost plus fixed fee (CPFF), cost control is of prime importance in the evaluation of this contract. Unsatisfactory or marginally unsatisfactory past performance evaluations (poor or below average) in the above areas will play a role in a firms ability to be selected for this project. (5) LOCATION OF THE CONTRACTOR in THE GENERAL GEOGRAPHIC REGION WHERE THE WORK WILL be PERFORMED, PROVIDED THAT APPLICATION of THE CRITERION LEAVES AN APPROPRIATE NUMBER OF QUALIFIED FIRMS, GIVEN the NATURE AND SIZE OF THIS PROJECT. SUBFACTOR: Location of contractor in the general geographic region of the United States where the work will be performed will be considered to minimize travel costs on this project and maximize availability of on-site assistance in support of the installation restoration program at SEDA. Interested firms should clearly state which office(s) that would be utilized (to include locations of subcontractors) to perform the work for this contract. (6) VOLUME of WORK AWARDED BY DOD DURING THE PREVIOUS 12 MONTHS: SUBFACTOR: Equitable distribution of work among A-E firms, including small and disadvantaged business firms and firms that have not had prior DOD contracts, will be a consideration of the Selection Board. This contract is not set-aside under either of these criteria, however, responding large business firms are urged to consider seriously the award of subcontracts to small disadvantaged and other small business firms. In determining the value of DOD awards over the past 12 months, awards to overseas offices for projects outside the United States, its territories and possessions, a subsidiary, if not normally subject to management decisions and bookkeeping, that operates under a firm name different from the parent company will not be considered. The relative importance of factors and subfactors follow. Factor 1 is the most important factor for award and is one-and-one half times as important as Factor 2. Factor 2 is twice as important as Factor 3. Factor 3 is twice as important as Factors 4 and 5 which are of equal importance. Factors 4 and 5 are twice as important as Factor 6. Subfactors a and b under Factor 1 are of equal importance and are somewhat more important than subfactors c and d, which are equal in importance. Subfactors c and d are roughly three times as important as subfactors e through m, which are of equal importance. Subfactors a and b under Factor 2 are of equal importance and twice as important as subfactors c, d, e and f, which are of equal importance. Interested firms having the capabilities to perform this work must submit one copy of SF 255 for prime and one copy of SF 254 for prime and each consultant. SF 255 must include an organization chart for the proposed team, and the names and telephone numbers of clients as references on the five most recent environmental investigation or remediation projects. Interested firms are requested to state in Block 10 of the SF 255 the value of all A-E contract awards to the firm, including modifications, by the Department of Defense during the previous 12 month period as of the date of this announcement. Submittals must be received at the address indicated above not later than close of business 30 calendar days from the publication date of this announcement with ''Day 1'' being the next day after publication. If sending submittal by overnight express, the street address and zip code is 4820 University Square, Huntsville, Alabama 35816-1822. This is not a request for proposal. See Note 24 which is printed on the back of every Monday issue of this publication. (0037)

Loren Data Corp. http://www.ld.com (SYN# 0035 19950207\C-0016.SOL)


C - Architect and Engineering Services - Construction Index Page