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