|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 23,1995 PSA#1457U. S. Army Corps of Engineers, Omaha District, 215 North 17th Street,
Omaha, NE 68102-4978 C -- INVESTIGATION AND DESIGN FOR REMEDIATION OF MISCELLANEOUS
HAZARDOUS, TOXIC, AND RADIOACTIVE WASTE (HTRW) SITES SOL
DACW45-96-R-0006 POC For further information, Contact Mike Pfeiffer at:
(402) 221-7176. CONTRACT INFORMATION: Up to two Indefinite Delivery
Type contracts may be awarded for a period of one year and may include
an option for two additional one year extensions. Each Delivery Order
issued under this contract will not exceed $2 million with cumulative
amount of contract not to exceed $10 million. Delivery Orders will be
issued from time to time as the need arises during the contract
period. Delivery orders will be firm-fixed price. Types of services
required will include site investigations, studies, reports, concept
design, final design and remedial action phase services. THE PROPOSED
CONTRACTS ARE SET ASIDE FOR SMALL BUSINESSES IN THE STANDARD INDUSTRIAL
CLASSIFICATION (SIC) CODE OF 8744. Contracts will be awarded on an as
needed basis based on workload between April 96 and April 97.
Submitters are advised that all contracts may not be awarded if
workload does not support their award. PROJECT INFORMATION: Delivery
orders under this contract may include initial site investigations and
assessments, hazard evaluations, environmental assessments or
analysis, remedial site investigations, engineering feasibility studies
and reports, remedial design, UST investigations and reports remedial
action estimates and checking of remedial action documents (such as
shop drawings) for a wide variety of HTRW contaminated sites located
within the Omaha District geographic boundaries and Air Combat Command
projects throughout the United States. Other sites may be included
subject to higher agency approval. Sites may include all types of
contamination and experience in and knowledge of the complete range of
investigation, analysis and remediation technologies, including
radiation and radiation analysis will be required. Delivery orders may
also include chemical sampling and analysis, preparation of health and
safety plans, community relations support, environmental permitting and
regulatory compliance. Analytical laboratory facilities will be
required to have or to obtain Missouri River Division Laboratory
validation for biological, chemical and physical testing capabilities.
ELECTION CRITERIA: See Note 24 for general selection process. Criteria
for selection, in order of importance, are: (a) Recent specialized
experience and technical competence of the firm (including consultants)
in: (1) Providing similar services as outlined above. (2) Producing
quality products as evidenced by the firm's quality control procedures.
(3) Effective coordination and management of the project team,
including consultants. (4) Remedial action cost estimating and
preparation of estimates on IBM compatible personal computers using
Corps of Engineers Micro-Computer Aided Cost Estimating System
(M-CACES) GOLD version or similar system (M-CACES software will be
provided). (5) Producing Computer Aided Drafting and Design (CADD)
drawings fully compatible with one of the following: Intergraph Unix
System 5 Microstation 32 (version 5.0 or later, Intergraph MS-DOS
Microstation PC (version 5.0 or later). (b) Professional qualifications
and specialized experience in providing services similar to those
listed above of the proposed team members (including consultants) in
the following disciplines: environmental, geotechnical, chemical,
civil, mechanical, electrical, and structural engineering, chemistry,
biology, geology, hydrogeology, toxicology, industrial hygiene,
regulatory compliance and community relations. (c) Capacity to
accomplish the work in the required time, including the ability to
complete more than one work order at a time. (d) Past performance as
described in Note 24.(e) Extent of participation of SB, SDB,
historically black colleges and universities, and minority institutions
in the proposed contract team, measured as a percentage of the
estimated effort. (f) Volume of DOD contract awards in the last 12
months as described in Note 24. SUBMITTAL REQUIREMENTS: Solicitation
packages are not provided for A-E contracts. This is not a request for
proposal. Firms desiring consideration shall submit two copies of a
combined SF 255 and separate SFs 254 for prime and each consultant. To
be considered, submittals must be addressed as follows: U.S. Army
Corps of Engineers, Omaha District, CEMRO-ED-C, ATTN: John M. Miller,
215 N. 17th Street, Omaha, NE 68102-4978. Submittals must be received
no later than close of business on the 30th day after the date of
publication of this announcement. If the 30th day is a Saturday or
Sunday or a federal holiday, the deadline will be the close of business
n the next business day. In block 6 of SF 255, provide the name and
address of the primary analytical laboratory facility. In block 10 of
the SF 255, provide the following: (a) Design Management Plan (DMP).
The DMP should be brief and include an explanation of the firm's
management approach, management of subcontractors (if applicable),
specific quality control procedures used and an organizational chart
showing the inter-relationship of management and various team
components (including subcontractors). (b) The firm's present workload
and the availability of the project team (including consultants) for
the specified contract performance period. In block 3 of SF 255 provide
the submitting firm's number (six or seven digits) assigned by the
North Pacific Division, U.S. Army Corps of Engineers, for the
Architect- Engineer Contract Administration Support System (ACASS) and
the firm number for any consultants in block 6 of the SF 255. If
unknown, so state. To receive information to obtain an ACASS number,
call (503) 326-3459. Personal visits for this solicitation to the Omaha
District will not be scheduled. Administrative and procedural questions
shall be directed to John M. Miller at (402) 221-4176. See Numbered
Note(s): 24. (0292) Loren Data Corp. http://www.ld.com (SYN# 0017 19951020\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|