|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 13,1995 PSA#1301US Army Corps of Engineers, Ft. Worth District, P.O. Box 17300 ATTN:
CESWF-ED-MC, Room 6A18, 819 Taylor Street, Fort Worth, TX 76102-0300 C -- THREE IDC CONTRACTS FOR AE SERVICES PRIMARILY FOR HAZARDOUS TOXIC
ADIOLOGICAL WASTE ENVIRONMENTAL SERVICES FOR MISCELLANEOUS MILITARY AND
CIVIL PROJECTS ASSIGNED TO THE FORT WORTH DISTRICT SOL DACA63-95-R-0040
POC Jerrell Freeman, (817/334-2262). 1. CONTRACT INFORMATION: Three
Indefinite Delivery Contracts (IDC's) may be awarded under this
announcement. They will be for Design, Drafting, Planning, Studies and
Site Investigation associated with projects of a general Engineering,
Environmental nature and will include projects with natural and
cultural resource considerations. However the intended work will be
primarily for HTRW and Environmental Studies, Management Plans and the
Design of Required Remediation Efforts. One IDC will include the need
for environmental regulatory compliance assistance. All work must be
done by, or under the direct supervision of registered professional
Architects or Engineers. The first IDC is expected to be awarded on or
about May 1995. The second and third IDC may be awarded at a later
date. They will be for a period of one year with an option for an
additional year. The annual maximum contract will be $750,000.00. The
Maximum amount for individual delivery orders will be $150,000.00. The
work will be evenly distributed, by issuance of individual delivery
orders, among the three selected firms by Specialty, Location and
Dollar Value, in that order. If a large Business firm is selected for
this announcement it must comply with the FAR 52.219-9 clause regarding
the requirements for a subcontracting plan. The Fort Worth district's
goal on work to be subcontracted is that a minimum of 60.3% of the
Contractor's total intended subcontract amount be placed as follows:
9.8% be placed with Small Disadvantaged Businesses (SDB), 5.5% be
placed with Historical Black Colleges or Minority Institutions, 2.9%
with Women Owned Small Business (WOB) and the remaining 42.1% be placed
with Small Businesses (SB) for a total of 60.3%. The plan is not
required as part of this submittal. Projects outside the Fort Worth
District's primary area of responsibility may be added at the
Government's discretion upon agreement of the selected firm. 2. PROJECT
INFORMATION: The work may involve Design Drafting, Planning, Studies
and Site Investigation associated with Sampling, Testing, Reporting,
Surveys, Studies, Management Plans, Environmental Permit preparation
and other work necessary for the development of any Plans and
Specifications, developing work plans and preparing reports and studies
for the required remediation efforts for the material encountered.
Materials and sites to be investigated may contain Asbestos, Lead Based
Paint, CFC's, PCB's, Radiological Waste, UST's, or any other related
HTRW/Environmental Material on potentially contaminated sites. Work may
also include similar efforts relating to the Resource Conservation and
Recovery Act (RCRA). Some work may require attending public meetings,
and coordinating with Federal, State and Local regulatory agencies.
Services during construction activities may also be required. 3.
SELECTION CRITERIA: See CBD Note No. 24 (Monday Edition) for a general
description of the selection process. Selection Criteria in descending
order of importance are as follows: (a) Specialized Experience and
Technical Competence: (1) The selected team must demonstrate recent
experience in managing and executing large, broadly scoped
environmental projects. (2) The team must demonstrate recent experience
in cultural and natural resource projects, including analyzing
environmental impacts of proposed actions. (3) The team must
demonstrate ability to develop site characterization to determine the
nature and extent of contamination based on data gathered from
drilling, sampling, surveying and testing. (4) The team must
demonstrate the ability to accomplish environmental report development,
environmental permit development and environmental plan development in
accordance with Title 40 CFR, and State and local regulations. (5) The
team must have experience in environmental projects in Texas, Louisiana
and New Mexico. (6) The team must be familiar with environmental
chemical testing and methodologies and QA/QC oversight. (7) The team
must show ability to utilize Geographic Information Systems (GIS)
technology. (8) The team must be knowledgeable in all applicable
Federal, State and Local laws and codes relating to Environmental
requirements and HTRW materials and sites. (b) Professional
Capabilities: It is anticipated that expertise in the following
disciplines are required: Environmental, Geology, Environmental
Science, Archeology, Chemistry, Architecture, Civil, Electrical,
Mechanical and Structural Engineering, Certified Industrial Hygienist,
Environmental Design/Remediation, Association with an accredited
Laboratory, Air Testing, Life Safety Design including OSHA
requirements, Cost Estimating and Construction Management. (c) The team
must show adequate capacity to work at least three delivery orders at
the same time. (d) The team must demonstrate satisfactory past
performance with respect to cost control, quality of work and
compliance with performance schedules. (e) The team must demonstrate
ability to coordinate subcontractors with respect to quality control of
design and communication of design requirements between disciplines.
(f) The team must be able to prepare specifications and construction
cost estimates on IBM compatible equipment, Construction cost estimates
using our PC based computer Aided Cost Estimating System (M-CACES)
(Software will be provided), Computer Media for a Computer Aided Design
and Drafting (CADD) system (Auto CADD or Intergraph compatible. (g) In
Block No. 10 of the SF 255 show last 12 month's DOD awards. (h) Show
extent of participation of SB, SDB, WOB, historically black colleges
and universities and minority institutions in the proposed contract
team, measured as a percentage of the estimated effort. (i) Demonstrate
capability to perform surveillance and inspection services during
construction activities. 4. SUBMITTAL REQUIREMENTS: (a) See Note No. 24
for general submission requirements. To be considered, interested firms
that meet the qualifications must provide one submittal package
including an original SF 255 no later that 4:30 p.m. on the 30th day
after the date of this announcement. The 11/92 version of the forms
must be used. If the 30th day is a Saturday, Sunday or Federal holiday,
the deadline is 4:30 p.m. of the next business day. (b) Responding
firms must submit a current and accurate SF 254 for themselves and each
proposed consultant. It must be provided for the specific office
proposed to do the work. Indicate in Block No. 4 of the SF 254 if your
firm is a Large, Small, Small Disadvantaged or Woman Owned Business.
To be classified as a Small Business, a firm's average annual receipts
or sales for the preceding three fiscal years, must not exceed $2.5
million. (c) Submit only one SF 255, completed in accordance with the
instructions. It must contain information in sufficient detail to
identify the team (prime and consultant) proposed for the contracts.
(d) Include CBD announcement number in Block No. 2b of the SF 255. (e)
In Block No. 4 of the SF 255 insert the number of personnel proposed
for the contracts (not necessarily total capacity), Consultants as (A)
and in-house as (B). (f) In Block No. 6 of the SF 255, identify the
discipline/ service to be supplied by each consultant. Provide brief
resumes of the on-staff or consultant employees you intend to use to
perform the work in the anticipated design time and the type of
projects they will perform in Block No. 7 of your SF 255. Block No. 7
may be repeated as needed to identify all the major disciplines and key
team members. Selection will be based on the total team members
presented in your SF 255, primarily in Block No. 7. (h) In Block No. 10
of the SF 255, include a draft Design Quality Control (DQC) Plan. It
should include a brief presentation of internal controls and procedures
that you use to insure that a quality design is produced. (i) Personal
visits to discuss this project will not be scheduled. Solicitation
packages are not provided for A-E contracts. This is not a request for
proposal (see note No. 24). (0068) Loren Data Corp. http://www.ld.com (SYN# 0030 19950310\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|