Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 18,1995 PSA#1390

U.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