Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF june 16,1995 PSA#1369

Department of the Army, Baltimore District, Corps of Engineers, P.O. Box 1715, Baltimore, MD 21203-1715

C -- ARCHITECT ENGINEER SERVICES ARE REQUIRED FOR AN INDEFINITE DELIVERY-TYPE (ENVIRONMENTAL) CONTRACT FOR US ARMY GARRISON DIRECTORATE OF PUBLIC WORKS FT BELVOIR VA SOL DACA31-95-R-0078 POC Charlene V Brown (703)805-2987, Contracting Officer, Marie E Raglind, (703)805-2970 Architect-Engineer support services are required to provide environmental and natural resources managment and planning for the US Army Garrison, Directorate of Public Works, Fort Belvoir, VA. Environmental work to be performed will include, but not be limited to, any or all of the following: 1) Environmental impact statements; 2) Site and facility environmental assessments and audits; 3) Environmental studies and reports; 4) Environmental baseline surveys; 5) Environmental risk assessments; 6) Historic and cultural resource assessments and studies; 7) National Register of Historic Places nominations; 8) Socioeconomic impact analysis; 9) Design and preparation of plans, specifications, and cost estimates for environmental projects, including hazardous and toxic waste (HTW) sites and facility closures; 10) Asbestos and lead-base paint testing, management planning and abatement design; 11) Detailed record and title searches; 12) Various types of field investigations, including soil boring, and soil and gas analysis (passive and active), topographic surveys, mapping, monitoring well installations, and surface and ground water analysis; 13) Chemical sampling, testing, and analysis; 14) development of budget and construction cost estimates; 15) Oversight and quality assurance/control of environmental construction projects ( such as remediation and closure); 16) Technical reviews of reports prepared by others; 17) Field inspections, including wetlands investigations; 18) Preparation of environmental permit applications; 19) Pollution prevention management and planning; 20) and the provision of miscellaneous services to support the above. The above described work may required the following disciplines: civil, environmental geotechnical, chemical, structural, mechanical, electrical, and safety engineering, industrial hygiene, chemistry, biology, surveying, architecture/architectural history, toxicology, archaeology, hydrology, geology, and cost estimating. Firms must demonstrate the following: indepth knowledge of and experience with Federal Facility Compliance Agreements, particularly as applicable to Department of Defense installations, knowledge of Commonwealth of Virginia regulations on solid waste, hazardous materials and hazardous waste management, and underground storage tanks. Firms must demonstrate a proven track record for performing hazardous waste, solid waste, and landfill studies and closure plans that have been reviewed and approved by the Virginia Department of Environmental Quality (VDEQ). Firms must possess knowledge of and experience in compliance with: federal and state environmental statutes (including RCRA, TSCA, CWA, EPCRA, and NEPA); EPA, Department of the Army and Corps of Engineers regulations; and procedures for obtaining environmental permits. Firms must show that chemical and physical laboratory analyses will be performed by an EPA, Commonwealth of Virginia, Corps of Engineers validated laboratory. In addition to the above criteria, evaluative criteria for consideration for selection will also include: Past experience in preparing RCRA closure plans, SWMU closure plans, and site restoration, plans, specifications, and bid documents. Drawings shall be in AutoCAdd or Intergraph-compatible or GIS CADD system on 3.5 inch, 1.44M disks. Contract will be for a 12-month period and will contain an option to extend for 12 additional months. Cumulative total of each contract award shall not exceed $750,000.00 per year. Individual delivery orders for each contract shall not exceed $150,000.00. Subcontracting Plan Requirements: If the selected firm is a large business concern, a subcontracting plan with the final fee proposal will be required, consistent with Section 806 (b) of PL 100-180, PL 95-507, PL 99-661 and PL 100-656. A minimum of 25% of the total planned subcontract dollars shall be place with small business concerns. At least 5% of total planned subcontracting dollars shall be placed with small disadvantaged businesses, Historically Black Colleges and Universities or Minority Institutions. At least 5% of total planned subcontracting dollars shall be placed with women-owned businesses. See Numbered Note 24. SF 255 must be submitted for prime and joint ventures. SF 254 must be submitted for prime, joint ventures, and consultants. The 255 and 254 shall clearly indicate the staffing of the office(s) shown to do the work. If a firm as more than one office, Paragraph 7c of the 255 shall show the office location of each staff member. Responses to this announcement received with 30 days from the date of this issue will be considered for selection. Street address: City Crescent Building, ATTN: Charlene V. Brown, Room 7000, 10 South Howard Street, Baltimore, Maryland 21201. This is not a request for proposal. (0165)

Loren Data Corp. http://www.ld.com (SYN# 0032 19950615\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page