Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 17,1995 PSA#1305

U S ARMY ENGINEER DISTRICT, MOBILE, CONTRACTING DIVISION (CESAM-CT), P O BOX 2288, MOBILE AL 36628-0001

C -- IND DEL CONTRACTS (3), FOR A-E SERVC TO PERFORM ENVIR STUD & OR/HAZ, TOX, & RADIO MATER/WASTE SERVC FOR THE MOBILE DISTRICT POC Contact Mr. Dan Mizelle, 334/441-5741, Contracting Officer, Edward M. Slana (Site Code DODAAC) 1. CONTRACT INFORMATION: (Refer to RFP: DACA01-95-R-0046) A-E services are required for an Indefinite Delivery Contract to Perform Environmental Studies and/or Hazardous, Toxic, and Radioactive Material/Waste Investigations for the Mobile District. This announcement is open to all businesses regardless of size. The contracts are anticipated to be awarded in October 1995 and completed in October 1996. The contracts will be awarded for one year with an option to extend the contract for one additional year. Work under the contracts to be subject to satisfactory negotiation of individual delivery orders not to exceed $150,000 each, with a total not to exceed $750,000 during each 12-month period. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. The subcontracting goals for this contract are a minimum of 60% of the contractor's intended subcontract amount be placed with small businesses (SB), including small disadvantaged businesses (SDB), and 7% be placed with SDB. The subcontracting plan should not be made part of this submittal. 2. PROJECT INFORMATION: A-E Services provided under this contract will include the following environmental tasks: hazardous, toxic, and radioactive material/waste site investigations/assessments; environmental audits; remedial investigations/feasibility studies and remedial designs; sampling and analysis; geotechnical investigations; monitoring well installations; ground and surface water quality assessments; air quality monitoring, testing, and permitting; aerial photography interpretation; data interpretation; solid waste studies; environmental management plans; environmental compliance studies/investigations/designs; hazardous ranking form and related report preparation. The majority of the work will be located in the southeastern United States; with possible work in South and Central America or other locations as may be assigned to the Mobile District. 3. SELECTION CRITERIA: The contract will require the a registered engineer in each of the engineering disciplines: (1) Environmental Engineering; (2) Civil Engineering; (3) Geotechnical Engineering; (4) Chemical Engineering; (5) Safety Engineering; (6) Industrial Hygiene; (7) Chemistry; (8) Hydrogeology; (9) Geology; (10) Cost Estimating. Resumes (Block 7 of the SF 255) must be provided for these disciplines, including consultants. State registration will be required for projects located in Tennessee, Georgia, Alabama, Mississippi, Florida, Puerto Rico, and the Virgin Islands, with the capability of obtaining registration in other states as required. Additional evaluation factors in order of importance: (A) Specialized experience in: (1) Hazardous, Toxic, and Explosive Waste Sampling and Analysis; (2) Chemical Testing; (3) Soil and Rock Drilling and Analysis; (4) Real Estate Evaluations. (B) An indepth knowledge of DOD Safety Regulations and applicable environmental statutes including, but not limited to: (1) Resource Conversation and Recovery Act (RCRA); (2) Toxic Substances Control Act (TSCA); (3) Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA); (4) FIFRA; (5) Army regulation 200-1; (6) Oil Pollution Act (OPA); (7) Air Force regulation 19-2; (8) Navy Regulation OPNAVINST 5090.1. (C) Responding firms must be affiliated with a laboratory currently certified by the Corps of Engineers or capable of obtaining Corps of Engineers laboratory certification. (D) Recent experience (last 3 years) in environmental design and engineering services, environmental management studies and plans, non-hazardous and hazardous waste management; sampling laboratory capabilities; ground water quality assessment; environmental audits, including real estate site assessments, Title V, air permits, and pollution prevention plans; current and anticipated workload of the firm during the timeframe of this proposed contract; (E) Quality Management Plan: In Block 10 of the SF 255 describe the firm's quality management plan, including the team's organization including and organizational chart, quality assurance, cost control, and coordination of the inhouse work with consultants. (F) Past performance on contracts with respect to cost control, quality of work, and compliance with performance schedules. (G) Amount of DOD awards during the past 12 months. Selection will be made evaluating the qualifications of the firms that respond. 4. SUBMISSION REQUIREMENTS: Firms must submit a copy of SF 254 and SF 255, and a copy of each consultant's SF 254. Personnel physical location(s) should be indicated in Block 7a. Firms with multiple offices must clearly indicate which office(s) and which employees will be involved with various portions of work. The 11/92 edition of the forms must be used, and may be obtained from the Government Printing Office. These must be received in the Mobile District Office (CESAM-EN-MN) not later than close of business on the 30th day after the date of publication of this solicitation in the Commerce Business Daily. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business on the next business day. Include ACASS number in Block 3b. Call the ACASS Center at 503-326-3459 to obtain a number. Solicitation packages are not provided. This is not a request for proposal. As required by acquisition regulations, interviews for the purpose of discussing prospective contractors' qualifications for the contracts will be conducted only for those firms considered highly qualified after submittal review by the selection board. (0074)

Loren Data Corp. http://www.ld.com (SYN# 0037 19950316\C-0017.SOL)


C - Architect and Engineering Services - Construction Index Page