Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 14,1995 PSA#1431

Department of the Army, Baltimore District, Corps of Engineers, P.O. Box 1715, Baltimore, MD 21203-1715

C -- TWO- IDTC'S FOR HAZARDOUS TOXIC AND RADIOACTIVE WASTE FOR VARIOUS SITES WITHIN THE NORTH ATLANTIC DIVISION SOL DACA31-95-R-0105 POC Jean Petty (410) 962-2587 1. Contract Information: Ms. Jean Petty (410) 962-2587 POC Technical Inquires: Mr. Michael Dorris (410) 962-3416. Hazardous Toxic and radioactive waste (HTRW) services, procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are required for various civil works projects within the Baltimore District Corps of Engineers Boundaries. Two Indefinite Delivery Type Contracts for Architect Engineering Services are required for hazardous, toxic, and radioactive waste (HTRW) studies, investigations, and designs of various sites within North Atlantic Division. Each contract will be negotiated and awarded for a base year, with 1 option year extension. The maximum award amount for these fixed price contracts is $750,000 per year, with $150,000 maximum per delivery order. The contracts are anticipated to be awarded o/a Mar 96. This announcement is open to all businesses regardless of size. If a large business is selected for the contract, they must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on the part of work it intends to subcontract. Subcontracting Plan Requirements: If the selected Architect-Engineer is a large business concern, and the contract amount exceeds $500,000 the A-E shall be required to submit a subcontracting plan with the final proposal. The plan must be consistent with Section 806 (b)(2) of PL 99-661, PL 100-180, and PL 100-656. Subcontract awards to Small Disadvantaged Business (SDB), Historically Black Colleges & Universities (HBCU's) and/or Minority Institutes (MI's) should be included in the plan. The following subcontracting goals are considered to be reasonable and achievable. Award of approximately 25 percent of the total subcontracting dollars to all small business concerns and no less than 8 percent of the total subcontracting dollars to any combination of small disadvantaged business, historically black colleges and universities or minority institutes, and 5 percent for women-owned businesses (WOB). The plan is not required with this submittal. The wages and benefits of service employees (See FAR 22.10) performing under these contracts mut be at least equal to those determined by the Department of Labor under the Service Contract Act. 2. PROJECT INFORMATION: Selection will be made for two separate firms for these two Indefinite Delivery Type Contracts (IDTC). The contracts will also include, but are not limited to, decision documents, permit acquisition, and engineering advice during construction. HTRW sites may be located anywhere within the boundaries of the North Atlantic Division, which includes New York, New Jersey, Delaware, Pennsylvania, Maryland, District of Columbia, West Virginia and Virginia, with lessor work efforts within Maine, New Hampshire, Vermont, Massachusetts, Connecticut, and Rhode Island. The sites may be: (1) currently owned or controlled by the Federal Government, either military or civilian agencies, (2) Formerly Used Defense Sites (FUDS), or (3) other sites where the Baltimore District is authorized to perform HTRW studies, investigations, designs, or construction. Expertise required includes, but is not limited to, hazardous waste, groundwater hydrology, analytical chemistry, toxicology/risk assessment, process engineering, alternatives analysis, data management, remedial investigations/feasibility studies, remedial designs, environmental regulatory compliance, environmental training, safety and occupational health, industrial hygiene, unexploded ordnance (UXO) avoidance, community relations, and permits. Each contract may include, but is not limited to, performance of the following: 1. preliminary assessments, 2. site investigations, 3. remedial investigations/feasibility studies, 4. remedial designs, 5. preparation of plans and specifications, 6. public health evaluation/risk assessments, 7. ecological risk assessments, 8. modeling, 9. fate and transport analysis, 10. bench and pilot scale treatability/compatibility studies, 11. bioassay/toxicity studies, 12. identification of action levels/cleanup levels, 13. Federal, state, and local laws, regulations, and guidance determinations, 14. regulatory coordination, 15. cost estimating, 16. permit acquisition, and 17. chemical data quality management, 18. development or use of geographical information systems, and informational databases. Should geographic information services be required, the A-E is required to possess all hardware and software required to provide required support services. 3. SELECTION CRITERIA: See Note 24 for general A-E selection rocess. Selected firms will be required to provide additional consultants on a locality basis for topographical surveys and mapping, drilling and installing wells, and assisting in obtaining property access for investigations. However, additional consultants are not required to be listed on the SF 255. Only firms and their primary consultants having experience and qualified personnel (to include 29 CFR 1910.120 training and medical surveillance) in geotechnical, structural, civil, chemical, mechanical, electrical, safety, and environmental engineering, as well as industrial hygiene (certified industrial hygienist required), toxicology, health physics, chemistry, geochemistry, hydrogeology, geology, cost estimating, geophysics, risk assessment, and public affairs should apply. Firms and personnel specifically listed in paragraph 7 of the SF 255 must have demonstrated in-depth knowledge of all federal and state ARARs for the states listed above and the District of Columbia, HTRW environmental statutes, EPA and Corps of Engineers regulations. The Baltimore District may provide the Corps-validated laboratory for testing on a case- by-case basis under this advertisement. Firms are required to have analytical chemistry testing capability. Before performing analytical chemistry testing, the laboratory will be required to be validated by the Corps of Engineers. Selected firms will be responsible for sampling and delivering specimens for chemical testing to the selected laboratory of the district. In addition, the selection criteria will include: 1. past experience and complexity of work in HTRW pre-remedial design investigations and remedial designs; and 2. past performance on contracts with Government agencies and private sector in terms of quality control and meeting established schedules. Qualification statements must clearly indicate the location of the offices that will perform the work at defined locations. The AE firm selected shall provide the final products in the following CADD format: AutoCAD Release 12 on 3 1/2'' high density diskettes formatted for 1.44 MD. The products are not required to be performed using a specific CADD system. However, the AE will be required to provide any digitizing and/or translation services necessary to deliver the final design products in the above stated CADD format. Architect-Engineer firms meeting the requirements described in this announcement are invite to submit a SF 254 and SF 255, supplemental information requested should be furnished for prime, joint venture(s) and/or consultants. Be advised that the Baltimore District does not maintain SF 254's at this office. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Send SF 254's and SF 255's send to Baltimore District Corps of Engineers, 10 S. Howard Street, Room 7000, Baltimore, Maryland 21201-1715, no later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday or Federal Holiday, the dead- line is the close of business of the next business day. Include your firms ACASS number in SF 255, Block 3b. For ACASS Information call 503-326-3459. No other general notification to firms under consideration for this project will be made. This is not a request for proposal. CAROL/MARIE/CENAB-CT/3464 (0255)

Loren Data Corp. http://www.ld.com (SYN# 0006 19950913\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page