Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 19,1996 PSA#1577

U.S. Environmental Protection Agency, Regional Contract Placement (3805F), 401 M St. SW, Washington, DC 20460

C -- RESPONSE ACTION CONTRACT FOR REMEDIAL, ENFORCEMENT OVERSIGHT, AND NON-TIME CRITICAL REMOVAL ACTIVITIES AT SITES OF RELEASE OR THREATENED RELEAS E OF HAZARDOUS SUBSTANCES IN REGION 2 SOL W500578G4 DUE 060696 POC Contact Point, Paul Dawson, (202)260-6452, Contracting Officer, Paul Dawson, (202)260-6452, Additional Contact, Charles Cavanaugh, (202)260-8526 C -- RESPONSE ACTION CONTRACT (RAC) REGION 2 DUE June 6, 1996. POC Contact Point, Paul M. Dawson, (202)260-6452. The Environmental Protection Agency (EPA) requires professional architect/engineer services to support remedial planning and oversight activities in Region II under the Comprehensive Environmental Response Compensation and Liability Act of 1980 (CERCLA) as amended by the Superfund Amendments and Reauthorization Act of 1986 (SARA). These services include performance of site management; remedial investigation and feasibility studies; engineering services to design remedial actions; engineering evaluation and cost analysis for non-time critical removal actions; construction management for implementing remedial actions and non-time critical removal actions, including issuing and managing subcontracts for construction of the selected remedy and engineering services in overseeing construction; enforcement support, including oversight of remedial investigations/feasibility studies, remedial design and remedial action, and negotiation support; and other technical assistance, including community relations, sampling and analysis support and pre-design investigations. Services may include technical and management services supporting EPA's coordination and oversight of remedial activities where they are performed by a State, the U.S. Army Corps of Engineers (USACE) or responsible parties identified in enforcement actions. EPA plans to award two Cost Plus Award Fee contracts. The base period of performance will be five years with one five-year option period for a total period of ten years. Work will be issued by work assignments, which may be specified as level-of-effort (LOE) or completion. Each contract will have a maximum of 1,350,000 LOE hours, $90,000,000 in the subcontracting pool and $50,000,000 for completion form work. The base amount in the base period will be 15,000 LOE hours. The base amount in the option period, if exercised, will also be 15,000 LOE hours. The contract will also contain $5,000,000 ceilings on both the subcontracting pool and completion form work. These ceilings are not base amounts. The RACs shall be awarded as a Brooks Act procurement. The prime contractor, and each team subcontractor, if any, shall submit Standard Forms (SF) 254 and 255 individually, as required for Brooks Act procurements, except for Blocks 7, 8 and 10 of SF255 which are to be submitted as a TEAM, in one single narrative attachment. Offerors shall also submit a Technical & Management Plan, and a Small Business/Small Disadvantaged Business Concerns Subcontracting Plan. Selection will be based on the following evaluation criteria with maximum available points for each criteria in parenthesis: 1. Capacity to perform (150 points) 2. Key Personnel Experience (150 points) 3. Past Performance (250 points) 4. Project Organization and Support (250 points) 5. Mobilization Plan (100 points) 6. Management Information and Support Systems (100 points). 7. Subcontracting Plan (Acceptable/Unacceptable). Offerors must submit an acceptable subcontracting plan to be eligible for award. All offerors included on the short list will be provided an opportunity to present an oral presentation to and be interviewed by the A-E Selection Board. The Board will select two firms for negotiation and possible contract award. Request for Proposals will only be sent to the selected firms. Selected firms will be asked to submit a cost proposal, contract management plan, conflict of interest plan, quality assurance plan, procedures for handling confidential business information, health and safety plan, and a plan to deliver analytical services. The plans set forth above must be determined acceptable by EPA. In order to be awarded a contract, agreement must be reached on all contract terms and conditions, including a reasonable cost plus award fee. Prior to award, the contractor will be required to have an acceptable accounting system that allows for segregation of cost. Firms interested in responding to this announcement are invited to submit standard Forms 254 and 255, together with a Technical and Management Plan and Small Business/Small Disadvantaged Business Subcontracting Plan, completed in accordance with the instructions contained in the Technical Proposal Instructions, to the office shown below by June 6, 1996. These technical proposal instructions, along with the a description of the technical evaluation criteria and the RAC statement of work, can be obtained from the Region II Bulletin Board System (BBS) by calling 1-212-637-4902, and downloading files named RACSOW.WPD, RACTEC.WPD, and RACTPI.WPD. After logging in, press ''ENTER'' at the next three prompts to get to the Region II BBS MAIN MENU, then select ''F'' for File Menu. Next select ''S'' for search, press ''ENTER'' and then enter the name of one of the files to be downloaded. Any questions on this procurement should be addressed to Paul Dawson, at (202) 692-6452, or at the address shown below. All responses to such questions will be posted on the aforementioned Region II BBS. This is is not a request for proposal. U.S. Environmental Protection Agency (3805F), 401 M Street, SW, Washington, DC 20460, Attn: Paul M. Dawson, Contracting Officer, RFP # W500578G4. (0108)

Loren Data Corp. http://www.ld.com (SYN# 0013 19960418\C-0005.SOL)


C - Architect and Engineering Services - Construction Index Page