|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 26,1995 PSA#1375USAED, Kansas City, 757 Federal Building, 601 East 12th Street, Kansas
City, MO 64106-2896 C -- MISC. CIVIL HAZARDOUS WASTE CLEANUP PROJECTS AND RELATED WORK
WITHIN NEW YORK, NEW JERSEY, PUERTO RICO, AND THE U.S. VIRGIN ISLANDS
(EPA REGION II AREA). POC Contract Specialist Phyllis R. Jackson (816)
426-2979 (Site Code DACW41) CORRECTION: CBD PSA-1359 dated June 2,
1995, for Miscellaneous Civil Hazardous Waste Site Investigation,
Design and Oversight Projects and related work within the states of New
York and New Jersey, the commonwealth of Puerto Rico, and the U.S.
Virgin Islands (EPA Region II), under the jurisdiction of the U.S. Army
Corps of Engineers, Kansas City District Office. Should read as
follows: CONTRACT INFORMATION: A total of two contract awards are
anticipated. These contracts will be indefinite delivery/indefinite
quantity with a 1 year base period of performance and two one-year
options. Delivery orders to be issued under these contracts will be
firm -fixed price. The contracts will have a maximum value of
$15,000,000 with no annual limits and a $2,000,000 delivery order
limit. Delivery orders will be issued as the need arises during the
contract period. The estimated contract award date is 1 August 1995.
Each contract will have a base minimum of $15,000. 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. All large businesses are reminded
that the successful firm will be expected to place subcontracts 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 receipt os 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. The plan is
not required for submittal. 2. PROJECT INFORMATION: Work includes a
full complement of A/E services in environmental investigation, design
and oversight. 3. SELECTION CRITERIA: See Note 24 for submission
requirements and evaluation factors. The Selection Evaluation Factor
(6) in Note 24 is expanded to include all work for federal agencies,
not just the Department of Defense. The selection criteria in
descending order of importance are: (1). Demonstrated experience and
technical competence related to undertaking either the lead for
environmental site investigation and design activities or providing
oversight of private parties undertaking these activities at abandoned
or operating facilities which represent an actual or potential threat
to human health and the environment. Substances or materials of
concern at these sites may include, but are not limited to: a)
polychlorinated biphenyl (PCBs) including congener-specific mixtures,
dense non-aqueous phase liquids (DNAPLs) in consolidated and
unconsolidated geological formations, arsenic, dioxin, unexploded
ordinance (UXO), radioactive and mixed wastes, asbestos, cadmium and
related toxic compounds or material which represent a potential or
actual threat to human health and the environment including hazardous
substances as defined by CERCLA as amended by SARA; (2) Evaluation and
interpretation of environmental and/or ecological data collected from
field investigations of estuaries, floodplains, and rivers as well as
their embankments and bottom sediments. The offer's experience should
span a period of several years and have been performed under the
constant scrutiny of sophisticated interested parties, including
private parties, the public elected officials and regulatory agencies.
Work efforts by the offeror should have resulted in the development of
deliverables for public review and comment including: position papers,
reports, assessments, computer models, proposed remediation strategies
or options and design proposals/specification; (3) Management and
evaluation of PCBs, dense non-aqueous phase liquids (DNAPLS) in
fractured bedrock, arsenic,asbestos, dioxin, cadmium, and other
substances commonly encountered at abandoned hazardous waste sites
affecting multiple media (ie, groundwater, surface and subsurface
soils, surface water, riverine systems, sediments biota and/or air).
Evaluations should have been performed in conformance with applicable
or relevant and appropriate federal and state promulgated environmental
requirements including OSHA health and safety requirements pursuant to
the HAZOPER standards; and (4) a. experience should include: site
investigations; subsurface exploration; sample collections, analysis
and data validation; geotechnical testing and analyses; database
generation and management; hazards evaluation; feasibility and other
engineering assessment studies and reports; archeological
investigations and mitigation; wetlands determination and mitigation
studies; groundwater and surface water modeling; fate and transport
analysis; design analyses; preparation of construction plans and
specifications including a cost estimate; field inspections and
oversight of remediation performed by private parties; verification of
existing conditions; surveying and mapping; verifying Shop Drawings
and other construction documents under Title II services, and providing
community relations support; b. Thorough knowledge of federal, state,
local and native american/tribal laws, regulations, and codes
pertaining to hazardous waste sampling, handling, remediation,
transportation disposal, archeological assessments and mitigation, and
wetlands determination and mitigation. The offeror should demonstrate
their currents ability to practice engineering in the geographical
area of EPA Region II in compliance with the registration and
organizational requirements of the states, commonwealth, and territory
governing bodies. Experience cited in block 8 of the SF 255 should
demonstrate actual CERCLA and RCRA investigation and design experience
for government and private projects in the states of New York and New
Jersey; (c). Capacity in the following disciplines (not listed in the
order of importance): Archeology; Chemistry; Chemical, Civil,
Electrical, Environmental/Sanitary, Geotechnical, Hydraulic,
Mechanical, Process, and Structural Engineering Construction Cost
Estimation; Geohydrology; Industrial Hygiene; and Value Engineering.
Block 4 of the SF 255 should list all in-house employees and all
consultant employees; (d). Extent of firm's capabilities in EPA Region
II and locations of their various offices. (5) Expertise in preparing
drawings compatible with Intergraph Microstation 32 Version 4.0. or
Higher. (cite in block 10 of SF 255) (6) Experience in the use of their
MCCACES Gold or Composer Plus should be indicated. (cite in block 10 of
SF 255.) 4. SUBMISSION REQUIREMENTS: Responses must be received 30
calendar days from the date of this CBD synopsis. Award date will be
one or about August 15, 1995. Only the 11-92 versions of the SF 254 and
255 will be accepted. Please specify the address of the key person who
is assigned to in Block 7C of the SF 255. Other firm offices and
subcontractor's staff and experience should be listed on a separated
sheet. Project names, Contract Numbers, Award Dates, and total
negotiated fees for any federal contracts awarded to the parent and all
branch offices of your firm within the last 12 months must be addressed
in Item 10 (last page) of the SF 255. If the firm has not had any
federal contracts during this time, include such a statement. Also,
address your firms approach to Quality Control in Item 10 of the SF
255. Firms failing to respond to these requirements may not be
considered. Each firm/consultant listed within the SF 255 must have a
current SF 254 (submitted within the last 12 months) on file with the
Corps of Engineers. This is not a request for proposal. Submit
responses to: U.S. Army Engineer District, Kansas City ATTN: CEMRK-CT-H
Phyllis Jackson, 757 Federal Building, 601 E. 12th Street, Kansas City,
Missouri, 64106. Questions of a technical nature should be addressed to
Jospeh Donavan, at 816-426-5832, ext. 3024 or fax at 816-426-5949, and
those of a contractual nature to Phyllis Jackson at 816-426-6484.
(0173) Loren Data Corp. http://www.ld.com (SYN# 0029 19950623\C-0011.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|