|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 1,1995 PSA#1481U. 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. 1.
CONTRACT INFORMATION: This announcement amends the CBD of 27 October
1995, proposals will be due 8 December 1995. 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-96-0006. 2.
PROJECT INFORMATION: The firm(s) will be used to supplement 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; 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, historical and archaeological
investigations and reports; and geotechnical engineering and ordnance
removal work. All work shall comply with the jurisdictional regulations
and laws to include the requirements for registrations, licenses and
certifications. This contract will required 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 as 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 requirement 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 requirement may be canceled or revised at any time during the
solicitation, selection, selection evaluation, negotiation 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. (333) Loren Data Corp. http://www.ld.com (SYN# 0016 19951130\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|