|
COMMERCE BUSINESS DAILY ISSUE OF JULY 18,1995 PSA#1390U.S. Army Corps of Engineers, Fort Worth District, 819 Taylor Street,
Room 6A18, P.O. Box 17300, ATTN: CESWF-ED-MC, Fort Worth, Texas
76102-0300 C -- TWO IDC FOR AE SRVCS PRIMARILY FOR HAZARDOUS TOXIC RADIOLOGICAL
WASTE ENVIRON SRVCS FOR MISCELLANEOUS MIL AND CIV PROJ FOR INSTLS
SEEKING THE FWD ASSIST TO INCLUDE RRAD & CARSWEL JNT RESV CNT TX SOL
DACA63-95-R-0073 POC Sharon McLellan, (817/334-3939). 1. CONTRACT
INFORMATION: Two Indefinite Delivery Contracts (IDC's) will be awarded
under this announcement. They will be for Design, Drafting, Planning,
Studies and Site Investigation associated with projects of a general
Engineering, Environmental nature and will include projects with
natural and cultural resource considerations. However the intended work
will be used primarily for OMA and BRAC funded HTRW and Environmental
Studies, Management Plans and the Design of Required Remediation
Efforts. The contracts will include work at Red River Army Depot and
Carswell JRC, Plant 4 which are within Fort Worth District's area of
operation although they are covered by HQUSACE assignment of an MOA
with Tulsa District. Both IDC's will include the need for environmental
regulatory compliance assistance. All work must be done by, or under
the direct supervision of registered professional Architects or
Engineers. The first IDC is expected to be awarded on or about February
1996. The second IDC may be awarded at a later date. They will be for
a period of one year with an option for an additional year. The annual
maximum contract will be $2,500,000.00. The total contract will not
exceed $5,000,000.00. The Maximum amount for individual delivery orders
will be $1,000,000.00. The work will be evenly distributed, by issuance
of individual delivery orders, among the two selected firms by
Specialty, Location and Dollar Value, in that order. If a large
Business firm is selected for this announcement it must comply with the
FAR 52.219-9 clause regarding the requirements for a subcontracting
plan. The Fort Worth district's goal on work to be subcontracted is
that a minimum of 60.3% of the Contractor's total intended subcontract
amount be placed as follows: 9.8% be placed with Small Disadvantaged
Businesses (SDB), 2.9% with Women Owned Small Business (WOB) and the
remaining 47.6% be placed with Small Businesses (SB) for a total of
60.3%. The plan is not required as part of this submittal. Projects
outside the Fort Worth District's primary area of responsibility may be
added at the Government's discretion upon agreement of the selected
firm. 2. PROJECT INFORMATION: The work may involve Design Drafting,
Planning, Studies and Site Investigation associated with Sampling,
Testing, Reporting, Surveys, Studies, Management Plans, Environmental
Permit preparation and other work necessary for the development of any
Plans and Specifications, developing work plans and preparing reports
and studies for the required remediation efforts for the material
encountered. Materials and sites to be investigated may contain
Asbestos, Lead Based Paint, CFC's, PCB's, Radiological Waste, UST's, or
any other related HTRW/Environmental Material (air, ground or water) on
potentially contaminated sites. Work may also include similar efforts
relating to the Resource Conservation and Recovery Act (RCRA). Some
work may require attending public meetings, and coordinating with
Federal, State and Local regulatory agencies. Services during
construction activities may also be required. 3. SELECTION CRITERIA:
See CBD Note No. 24 (Monday Edition) for a general description of the
selection process. Selection Criteria in descending order of importance
are as follows: (a) Specialized Experience and Technical Competence:
(1) The selected team must demonstrate recent experience in managing
and executing large, broadly scoped environmental projects. (2) The
team must demonstrate recent experience in cultural and natural
resource projects, including analyzing environmental impacts of
proposed actions. (3) The team must demonstrate ability to develop site
characterization to determine the nature and extent of contamination
based on data gathered from drilling, sampling, surveying and testing.
(4) The team must demonstrate the ability to accomplish environmental
report development, environmental permit development and environmental
plan development in accordance with Title 40 CFR, and State and local
regulations. (5) The team must have experience in environmental
projects in Texas, Louisiana and New Mexico. (6) The team must be
familiar with environmental chemical testing and methodologies and
QA/QC oversight. (7) The team must show ability to utilize Geographic
Information Systems (GIS) technology. (8) The team must be
knowledgeable in all applicable Federal, State and Local laws and codes
relating to Environmental requirements and HTRW materials and sites in
the three state area of TX, NM & LA. (b) Professional Capabilities: It
is anticipated that expertise in the following disciplines are
required: Three Environmentalist, two Geologist, three Environmental
Scientist, one Archeologist, two Chemist, two Architects, two Civil,
two Electrical, two Mechanical and two Structural Engineers, two
Certified Industrial Hygienist, one QA/QC Manager, two Environmental
Design/Remediation experts, Association with an accredited Laboratory,
Air Testing, Life Safety Design including OSHA requirements, CADD
Drafting, Cost Estimating and Construction Management. (c) The team
must show adequate capacity to work at least three delivery orders at
the same time. (d) The team must demonstrate satisfactory past
performance with respect to cost control, quality of work and
compliance with performance schedules. (e) The team must demonstrate
ability to coordinate subcontractors with respect to quality control of
design and communication of design requirements between disciplines.
(f) The team must be able to prepare specifications and construction
cost estimates on IBM compatible equipment, Construction cost estimates
using our PC based computer Aided Cost Estimating System (M-CACES)
(Software will be provided). (g) Computer Media for a Computer Aided
Design and Drafting (CADD) system (Auto CADD or Intergraph compatible).
(h) In Block No. 10 of the SF 255 show last 12 month's DOD awards.
(Block No. 10 will be limited to no more than ten pages). (i) Show
extent of participation of SB, SDB, and WOB, in the proposed contract
team, measured as a percentage of the estimated effort. (j) Demonstrate
capability to perform surveillance and inspection services during
construction/remediaton activities. 4. SUBMITTAL REQUIREMENTS: (a) See
Note No. 24 for general submission requirements. To be considered,
interested firms that meet the qualifications must provide one
submittal package including an original SF 255 no later that 4:30 p.m.
on the 30th day after the date of this announcement. The 11/92 version
of the forms must be used. If the 30th day is a Saturday, Sunday or
Federal holiday, the deadline is 4:30 p.m. of the next business day.
(b) Responding firms must submit a current and accurate SF 254 for
themselves and each proposed consultant. It must be provided for the
specific office proposed to do the work. Indicate in Block No. 4 of the
SF 254 if your firm is a Large, Small, Small Disadvantaged or Woman
Owned Business. To be classified as a Small Business, a firm's average
annual receipts or sales for the preceding three fiscal years, must
not exceed $2.5 million. (c) Submit only one SF 255, completed in
accordance with the instructions. It must contain information in
sufficient detail to identify the team (prime and consultant) proposed
for the contracts. (d) Include CBD announcement number in Block No. 2b
of the SF 255. (e) In Block No. 4 of the SF 255 insert the number of
personnel proposed for the contracts (not necessarily total capacity),
Consultants as (A) and in-house as (B). (f) In Block No. 6 of the SF
255, identify the discipline/ service to be supplied by each
consultant. Provide brief resumes of the on-staff or consultant
employees you intend to use to perform the work in the anticipated
design time and the type of projects they will perform in Block No. 7
of your SF 255. Block No. 7 may be repeated as needed to identify all
the major disciplines and key team members. Selection will be based on
the total team members presented in your SF 255, primarily in Block
No. 4. Resumes must be submitted for all personnel listed in Block No.
4 to meet the minimums stated in 3b. (g) In Block No. 10 of the SF
255, include a draft Design Quality Control (DQC) Plan. It should
include a brief presentation of internal controls and procedures that
you use to insure that a quality design is produced. (h) Personal
visits to discuss this project will not be scheduled. Solicitation
packages are not provided for A-E contracts. This is not a request for
proposal (see note No. 24). (0195) Loren Data Corp. http://www.ld.com (SYN# 0024 19950717\C-0010.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|