Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF may 24,1995 PSA#1353

USAED, Kansas City, 757 Federal Building, 601 East 12th Street, Kansas City, MO 64106-2896

C -- ENVIRONMENTAL SERVICES AT KANSAS ARMY AMMUNITION PLANT, PARSONS, KANSAS POC Michelle Higgins (816) 426-7424 (Site Code DACW41) 1. CONTRACT INFORMATION: A-E services are required for hazardous and explosive investigations, designs, engineering evaluation and cost analysis, interim measures, Title II services, risk assessments and related studies. This announcement is open to all business regardless of size. A Indefinite Delivery Type - Firm-Fixed-Price contract will be negotiated. The contract is anticipated to be awarded in August 1995. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirements for a subcontracting plan on that part of the work it intends to subcontract. The plan is not required in this submittal. 2. PROJECT INFORMATION: Kansas Army Ammunition Plant is located about 2 miles east of Parsons, Kansas. This plant comprises over 13,000 acres, with approximately 11,000 acres under agricultural leases. This plant includes many explosive loading, assembly and packaging areas, two incinerators, burn pads, burn pans burning cages, several landfills, a 10-acre OB/OD site, sump treatment and systems support facilities. 3. SELECTION CRITERIA: Selection will be based on the following criteria: Items a through d are the primary selection criteria listed in descending order of importance. The criteria listed in paragraph e through g will only be applied as a tie-breaker. a. Specialized experience and technical competence. In block 8 of SF255, cite whether the experience is that of the prime (or joint venture), consultant or an individual. Work cited that is experience of the prime (or joint venture) from an office other than that identified in block 3b shall be so labeled. Project experience cited should include information on the specific analytical tools and criteria utilized to achieve results. Specific specialized experience includes: (1) High level of experience in explosive investigations, risk assessments (including ecological and biological) and remedial designs. Specific experience in explosive hazards analysis, RCRA & CERCLA/SARA environmental law, toxicology, hydrogeology, geology, chemistry and explosive chemistry, explosive treatability studies (including bench and pilot), community relations, and industrial hygiene. Experience in ecological risk assessments and associated studies; experience in air emissions and groundwater RCRA monitoring programs; experience in treatability, bench and pilot studies for soils contaminated with metals. (2) Highly knowledgeable of Federal and State of Kansas RCRA regulatory and compliance requirements. (3) Quality management procedures. Your Quality Control Plan should include a presentation of management controls, reviews and specific quality control processes that will be used to insure a quality product/design. Include a proposed organizational chart and a narrative description of how the organization will function. (Cite in Block 10 of SF 255.) (4) Experience in inter-relationships among regulatory agencies, government owned and company operated army installations and U.S. Army Centers and major commands, such as U.S. Army Environmental Center (AEC), U.S. Army Center for Health Promotion and Preventative Medicine (CHPPM) and U.S. Armament, Munitions, Chemical Command (AMSMC). (5) Experience in preparing drawings compatible with Intergraph Microstation 32 version 4.0.4 or higher. (Cite in Block 10 of SF255.) (6) Experience in the use of either MCACES Gold or Composer Plus should be indicated.(Cite in Block 10 of SF255.) b. Capacity to initiate and complete work within the time parameters of the project. Firms should demonstrate: (1) Strong ability to provide comprehensive program and project management to complex, difficult and sensitive site work. (2) Strong ability to provide comprehensive environmental technical and compliance support. (3) Ability to provide necessary number of teams or crews for complex and unexpected field, laboratory, risk assessment, permit negotiation, data evaluation and interpretation, interim measures and design service. (4) Ability to initiate, manage and complete multiple numbers of delivery orders simultaneously. (5) Ability to meet unforseen schedule changes. c. Professional capabilities. (1) Responding firms shall demonstrate capability in these disciplines: environmental attorney, civil engineer, environmental engineer, chemical engineer, risk assessors, hydrogeologists, process engineer, computer specialist (environmental programming and modeling), material scientist, hazard analyst, and certified industrial hygienist. (2) Professional registration of lead designers. d. Past Performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. e. Location of firm in general geographical area of the project. f. All large businesses are reminded that the successful firm will be expected to place subcontract to the maximum practical extent with Small and Small Disadvantaged firms in accordance with Public Law 95-507. This plan is not required with this submittal, but must be approved prior to award to any large business. The subcontracting goals assigned to the KC District by USACE are 60.3% for Small Business, including 9.8% for Small Disadvantaged Business and 2.9% for Women-Owned Small Business concerns. For informational purposes the small business size for this solicitation is one where the average annual receipts of the concern and it's affiliates for the preceding three (3) fiscal years does not exceed $2.5 million, the Standard Industrial Classification Code (SIC) is 8712. This plan is not required with this submittal. g. Volume of DoD contracts awarded in the last 12 months to the prime A-E firm. (Cite in Block 10 of SF255) 5. SUBMITTAL REQUIREMENTS. Interested firms having the capabilities to perform this work must submit an SF255 to the address listed below no later than close of business (4:00 PM Kansas City time) thirty (30) days from the date of issue. Each firm/consultant listed within the 12 months) on file with the Corps of Engineers, or one must be submitted with this package. Only the November 1992 edition of the SF254/255 will be accepted. Solicitation packages are not provided. This is not request for proposal. Submit responses to: U.S. Army Engineer District, Kansas City ATTN: CEMRK-CT- H/Ralph Nunn 757 Federal Building 601 East 12th Street Kansas City, Missouri 64106-2896. SPECIAL NOTE: All responders are advised that this requirement may be canceled or revised at anytime during the solicitation, selection, selection evaluation, negotiation and/or final award process based on decisions related to DoD changes in force structure and disposition of U.S. Armed Forces. 6. Questions. Questions of technical nature should be addressed to Steve lemons at 816-426-2604, extension 3011 and those of an administrative nature to Ralph Nunn, 816-426-7424. (0142)

Loren Data Corp. http://www.ld.com (SYN# 0023 19950523\C-0009.SOL)


C - Architect and Engineering Services - Construction Index Page