Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 19,1995 PSA#1391

U. 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