Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 26,1995 PSA#1375

USAED, 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