|
COMMERCE BUSINESS DAILY ISSUE OF MAY 15,1996 PSA#1595Department of the Army, Baltimore District, Corps of Engineers, 10
South Howard Street, Room 7000, P.O. Box 1715, Baltimore, MD
21201-1715 C -- A-E SERVICES ARE REQUIRED FOR INDEF DEL-TYPE (INTEGRATED SOLID
WASTE MGMT) CONTRACT, FOR U.S. ARMY CENTER FOR PUBLIC WORKS,
ALEXANDRIA, VA, WORLDWIDE SOL DACA31-96-R-0048 POC Mary A. Riche,
410-962-4880 1. CONTRACT INFORMATION: Architect-Engineer (A-E) Services
are required for an Indefinite Delivery-Type (Integrated Solid Waste
Management) Contract for use by U.S. Army Center for Public Works,
Alexandria, VA, Worldwide. Contract will be for a 12-month period and
will contain an option to extend for 12 additional months. Cumulative
total of this contract shall not exceed $750,000.00 per year.
Individual delivery orders shall not exceed $150,000.00. Contract will
be firm fixed price. Subcontracting Plan Requirements: If the selected
firm is a large business concern, a subcontracting plan with the final
fee proposal will be required, consistent with Section 806(b) of PL
100-180, PL 95-507, and 99-661. A minimum of 25% of the total planned
subcontracting dollars shall be placed with small business concerns. At
least 8 percent of total planned subcontract- ing dollars shall be
placed with small disadvantaged businesses, including Historically
Black Colleges and Universities or Minority Institutions, and at least
5 percent with Women-Owned Businesses (WOB). The plan is not required
with this submittal. 2. PROJECT INFORMATION: Work will consist of
Integrated Solid Waste Management Engineering Studies and Services at
various Army installations; conducting technical investigations,
obtaining data, performing studies, writing and issuing reports on
Integrated Solid Waste Management (ISWM) (to include source reduction,
reuse/recycling, affirmative procurement, incineration, landfilling),
pollution prevention, and other environmental issues that are
encountered during the operation and maintenance of U.S. Government
installation and facilities. Persons having authority on technical
documents (reports, design drawings, studies, etc.), shall be a
registered professional engineer with a minimum of five years
experience. 3. SELECTION CRITERION: See Note 24 for general A-E
selection process. The selected firm shall be able to evaluate and
provide on-site O & M assistance to ensure compliance with federal,
state, regional, and local statutes and regulations. The firm shall be
able to provide comprehensive engineering support for solid waste
disposal, O & M operator training, site specific O & M manuals, solid
waste management plans, economic analysis, and engineering feasibility
studies. The firm shall have the capability to conduct multimedia
sampling and analysis and render concise and complete data results;
perform studies and evaluations; prepare permit applications, and SOPs,
develop training materials and conduct workshops; install software;
develop or revise technical manuals; implement programs; and
communicate project findings to installation Public Works personnel.
Related services such as furnishing drawings, specifications, and cost
estimates may also be required. Responding firms shall identify
capability to perform in Europe and/or the Far East by providing a
Management Plan which describes how services will be performed in the
US and overseas, and the names and telephone numbers of clients as
references on their five most recent similar projects. This
announcement is open to all firms regardless of size. Selection of the
AE firm for this project will be based on evaluation of the following
significant factors in the priority listed (the word ''Firm'' in this
announcement includes joint ventures, subcontractors and/or key
consultants/associates): (1) Specialized experience of the firm in
evaluating solid waste management operations, (2) Proposed management
plan and organizational chart of the project team to be utilized. The
plan must show the working relationship of all key personnel, by
discipline, and name a responsible individual for each. (3)
Professional qualifications of the firm's staff and consultants to be
assigned a project. (4) Past experience, if any, of the firm with
respect to performance on Department of Defense contracts, or other
contracts. (5) Capacity of the firm to accomplish the work will be
demonstrated by a minimum of two each of the following disciplines:
civil engineers, environmental engineers, and chemical engineers; only
one chemist is required. (6) Volume of work previously awarded by the
Department of Defense to the firm with the object of effecting an
equitable distribution of contracts among qualified Architect-Engineer
firms, including minority-owned or small business firms and firms that
have not had prior Department of Defense contracts. 4. SUBMISSION
REQUIREMENTS: Interested firms having the capabilities to perform this
work must submit an SF 255 and SF 254. An SF 255 must be submitted for
prime/joint ventures. SF 254's must be submitted for prime, all firms
involved in joint venture, and for each consultant. Notwithstanding the
statements to the contrary in General Note 24 and Block 6 of the SF
255, only SF 254's submitted with the SF 255 will be considered in the
evaluation. SF 254's are not maintained in the Baltimore District. In
SF 255, Block 3b, provide the firm's ACASS number. In SF 255, Block 6,
provide ACASS numbers for each consultant. For ACASS information, call
503-326-3459. Solicitation packages are not provided. Responses to
this announcement received within 30 days from the date of this issue
will be considered for selection. Street address: City Crescent
Building, ATTN: Mary A. Riche, Room 7000, 10 South Howard Street,
Baltimore, MD 21201. For technical information, contact Laura E.
Seabeneck, U.S. Army Center for Public Works, Ft. Belvoir, VA,
telephone (703) 806- 5212. This is not a request for proposal. (0134) Loren Data Corp. http://www.ld.com (SYN# 0033 19960514\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|