|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 27,1995 PSA#1461U. S. Army Corps of Engineers, Philadelphia, Wanamaker Building, 100
Penn Square East, Philadelphia, Pennsylvania 19107-3390 C -- INDEFINITE DELIVERY CONTRACT FOR ENVIRONMENTAL AND
HAZARDOUS/TOXIC SERVICES Contact, Robert M. Bencal, 215-656-6606.
CONTRACT INFORMATION: The Philadelphia District, U.S. Army Corps of
Engineers intends to award up to two (2) Indefinite Delivery
Contract(s) for Environmental and Hazardous/Toxic Services with an
option for an additional one year period. The maximum delivery order
limit is $150,000.00. The cumulative total for all delivery orders in
either the base year or option year shall not exceed $750,000.00. The
cumulative total of all delivery orders for both the base and option
year shall not exceed $1,500,000.00. In addition, the total Federal
Information Processing (FIP) work allowed under each contract including
both the base and option years is $250,000.00, pursuant to Delegation
of Procurement Authority (DPA) CENAP-96-006. 2. PROJECT INFORMATION:
The firm(s) will be used to supplement the District's capability for
providing planning, design and construction management principally for
support of Military Installations, Civil Works, the Work for Others
Program and missions assigned to the Philadelphia District. Work
outside the District's civil works boundaries may be required. The
firm(s) will be used primarily for Environmental and Hazardous/Toxic
type services to include but not be limited to: environmental
assessments, environmental impact statements; environmental
inventories; baseline studies and investigations; historical and
archaeological investigations and reports; sampling and testing to
include asbestos and hazardous/toxic material, remediation and
abatement design; permit applications, and other related design
services as required but not be limited to complete abatement work.
Other related work may include but not be limited to architectural,
civil engineering, structural, mechanical, electrical landscaping, and
geotechnical engineering and ordnance removal work. All work shall
comply with the jurisdictional regulations and laws to include the
requirements for registration, licenses and certifications. This
contract will require use of Automated Review Management Systems
(ARMS), Micro-computer-aided Cost Estimating System (MCACES),
Computer-aided Drafting and Design (CADD), and SPECSINTACT by the
selected A/E. The A/E should have the capability of executing a minimum
of three (3) delivery orders simultaneously. The firm will have primary
services capability in-house. 3. SELECTION CRITERIA: Significant
selection evaluation criteria in relative descending order of
importance will include: (1) Specialized experience of the firm in the
primary types of work; (2) Experience in other related types of work
required; (3) Professional qualifications of the available staff
necessary for performance of the services: (4) Capacity of the firm to
accomplish the work in the required time; (5) Past performance,
especially, on Department of Defense contracts; (6) Location of the
firm with respect to work sites will be a secondary consideration
provided that a sufficient number of qualified firms respond to this
announcement; (7) 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; (8) Demonstrated success in prescribing the use of recovered
materials and achieving waste reduction and energy efficiency in
facility design. As a part of this submittal, it is required that all
responding firms clearly present billing amounts for all Corps of
Engineers work as well all other Department of Defense work for the 12
months prior to this announcement. Experience on military projects
will be considered, but lack of such experience will not necessarily
preclude a firm from consideration. As a requirements for negotiations,
the selected contractor will submit for government approval a quality
control plan which will be enforced through the life of the contract.
The district reserves the right to terminate negotiations with firms
that do not respond to Government requests for proposals, information,
documentation, etc. 4. SUBMISSION REQUIREMENTS: Responding firms must
clearly present billing amounts for all USACE work as well as all
other DOD work for the past 12 months prior to the date of this
announcement. Firms which desire consideration and meet the
requirements described in the announcement are invited to submit a
completed SF 254 and SF 255 revised 11/92 for the prime firm and SF 254
for each consultant, to the above address not later than the close of
business on the 30th day after the date of this announcement. If the
30th day is a Saturday, Sunday of Federal holiday, the deadline is the
close of business the next business day. Include ACASS number in Block
3b. of the SF 255. Call the ACASS Center at 503-326-3459 for
information on obtaining an ACASS number. All responders are advised
that this requirements may be canceled or revised at any time during
the solicitation, selection, selection evaluation, negotiations and/or
final award process based on the decisions related to DOD changes in
force structure and disposition of U.S. Armed Forces. This is not a
request for proposals. No other notification to firms for this project
will be made. (298) Loren Data Corp. http://www.ld.com (SYN# 0013 19951026\C-0008.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|