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