|
COMMERCE BUSINESS DAILY ISSUE OF JULY 19,1995 PSA#1391U. S. ARMY ENGINEER DISTRICT, MOBILE, ATTN: CESAM-EN-MN, P. O. BOX
2288,, MOBILE ALABAMA 36628-0001 OR 109 ST., JOSEPH STREET MOBILE
ALABAMA 36602 C -- INDEF DEL CONTRACT FOR A-E SERVCS TO SUPP THE MOB DIST BASE
REALIGNMENT & CLOSURE (BRAC) MISSION POC Contact Mr. Dan Mizelle,
334/441-5741; Contracting Officer, Gene L. Curtis (Site Code W31XNJ)
CONTRACT INFORMATION: (Refer to RFP: DACA01-95-R-0116) A-E services are
required for an Indefinite Delivery Contract to Support the Mobile
District's Base Realignment and Closure (BRAC) Mission. This
announcement is open to all businesses regardless of size. The contract
will be awarded for a one year period with an option to extend the
contract for two additional years, not to exceed a total of three
years. Work to be subject to satisfactory negotiation of individual
delivery orders not to exceed $1,000,000 each, with a total not to
exceed $7,500,000 for the first 12-month period and $5,000,000 for each
additional 12-month period. 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. The subcontracting goals for this contract are a minimum
of 60% of the contractor's intended subcontract amount be placed with
small businesses (SB), including small disadvantaged businesses (SDB),
and women-owned business, 7% be placed with SDB, and 5% for
women-owned business. The subcontracting plan is not required with this
submittal. 2. PROJECT INFORMATION: A-E Services provided under this
contract will include, but are not limited to, preparation of any or
all of the following: Environmental Assessments (EA), Finding of No
Significant Impact (FNSI), Environmental Impact Statements (EIS),
Records of Decision (ROD), or portions thereof, as defined by the
National Environmental Policy Act (NEPA), associated documents, and
pertinent implementing guidance. Specific services include: scientific
analyses and assessments of biological, ecological, cultural/historic,
and archaeological resources; endangered and threatened species
inventories; habitat evaluations; Waters of the U.S. (WoUS)
determinations and mapping; identification of current and projected
land uses, including potential use and reuse alternatives for BRAC
actions; identification and evaluation of potential impact mitigation
measures; preparation of master plans for development and management of
natural resources; coordination with interested Federal, state, and
local agencies and organizations; preparation of public involvement
plans and facilitation of public meetings; regulatory compliance; and
using Geographic Information Systems (GIS) and similar technologies.
Additional services will include those activities required for the
preparation of an adequate Environmental Baseline Survey (EBS),
including the scope definition, survey, sampling, investigative and
risk assessment phases. Specific technical capabilities include, but
are not limited to, hydrology, noise surveying, permitting,
physiography/surface hydrology, meteorology,
soils/geology/hydrogeology, land use analysis, socioeconomic analysis,
and environmental compliance. Services will also include the
identification, sampling, investigation, and a risk assessment of
substances such as asbestos, radon, lead paint, explosives,
pesticides/rodenticides, chemical agents, PCB, unexploded ordinance,
contaminated soils and groundwater, and Soil and Rock Drilling and
Analysis. Additional services required include Chemical Testing, the
preparation of Findings of Suitability to Transfer (FoST) and/or
Findings of Suitability to Lease (FoSL), decision documents that
incorporate all environmental issues, and the preparation of BRAC
Clean-up Plans (BCPs) which are essentially a master plan for the
closure or realignment of a military installation. Working knowledge of
the environmental offices at Headquarters Department of the Army, the
Army Environmental Center, the Office of the Chief of Staff for
Operations and Plans, Army Major Commands and the Army Base Closure
Office (DAIM-BO), as well as have detailed knowledge and experience
with the Army force structure, operations, and environmental
requirements. Firms must be able to obtain licenses for all applicable
disciplines covered by the State Licensing Board for projects located
in AL, MS, FL, TN, GA, Puerto Rico, and the Virgin Islands and must
possess the capability of obtaining registration in other states as
required. The majority of the work will be located in the southeastern
United States; however, work may be located in any of the 50 states,
Puerto Rico, Panama, the U.S. Virgin Islands, and other locations as
may be assigned to the Mobile District. 3. SELECTION CRITERIA: See Note
24 for general selection process. The selection criteria are listed
below in descending order of importance (first by major criterion and
then by each sub-criterion). Criteria A-D are primary. Criteria E-G are
secondary and will only be used as ''tie-breakers'' among technically
equal firms. A. Professional capabilities: The contract will require
the following disciplines with registration required for Engineering:
(1) Environmental Engineer; (2) Civil Engineer; (3) Geotechnical
Engineer; (4) Chemical Engineer; (5) Biology; (6) Archaeology; (7)
Industrial Hygiene; (8) Chemistry; (9) Hydrogeology; (10) Geology; (11)
Cost Estimating; (12) Socio-Economist. Resumes (Block 7 of the SF 255)
must be provided for these disciplines, including consultants. In the
resumes under Project Assignments, use the same disciplines
nomenclature as is used in this advertisement. Additional evaluation
factors are provided in order of importance: B. Specialized experience
and technical competence: (1) Recent experience with Army BRAC
actions; (2) Technical knowledge of current Army BRAC NEPA policy and
guidance; (3) Hazardous, Toxic and Explosive Waste Sampling and
Analysis; (4) Environmental Baselines for Real Estate Evaluations; (5)
Affiliated with a laboratory currently certified by the Corps of
Engineers; (6) In Block 10 of the SF255 describe the firm's quality
management plan, including the team's organization with an
organizational chart, quality assurance, cost control, and coordination
of the in-house work with consultants. C. Capacity to Accomplish the
Work: The selected firm must have the capability to perform multiple
tasking concurrently. D. Past Performance: Past performance on
contracts with respect to cost control, quality of work, and compliance
with performance schedules. E. Geographic Location: Geographic location
with respect to the region under consideration. F. Small Business,
Small Disadvantage Business, and Women Owned Business Participation:
Extent of participation of small businesses, small disadvantaged
businesses, women owned businesses, historically black colleges and
universities, and minority institutions in the proposed contract team,
measured as a percentage of the total estimated effort; G. Equitable
Distribution of DoD contracts: Volume of DoD contract awards in the
last 12 months as described in Note 24. 4. SUBMISSION REQUIREMENTS: See
Note 24 for general submission requirements. Interested firms having
the capabilities to perform this work must submit a copy of their SF
254 and SF 255, and a copy of each consultant's SF 254. The 11/92
edition of the forms must be used, and may be obtained from the
Government Printing Office. These must be received in the Mobile
District Office (CESAM-EN-MN) not later than close of business on the
30th day after the date of publication of this solicitation in the
Commerce Business Daily. If the 30th day is a Saturday, Sunday, or
Federal holiday, the deadline is the close of business on the next
business day. Include ACASS number in Block 3b and RFP number in Block
2b. Solicitation packages are not provided. This is not a request for
proposal. As required by acquisition regulations, interviews for the
purpose of discussing prospective contractors' qualifications for the
contracts will be conducted only for those firms considered highly
qualified after submittal review by the selection board.(0198) Loren Data Corp. http://www.ld.com (SYN# 0030 19950718\C-0016.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|