|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 3,1996 PSA#1607US ARMY CORPS OF ENGINEERS, CHIEF, CONTRACTING DIVISION, P.O. BOX 2711,
LOS ANGELES CA 90053-2325 C -- ENGINEERING SERVICES FOR ENVIRONMENTAL INVESTIGATION AND
REMEDIATION AT FORMER OXNARD AIR FORCE BASE, A DERP-FUDS PROJECT
REFERRED TO BY NAME AS CAMARILLO AIRPORT, VENTURA COUNTY CA SOL
DACA09-96-R-0022 DUE 070196 POC A-E Contracting; James Hogan or Olga
Lozano at (213) 452-3248, Technical Information; Debra Castens, (213)
452-3719 (Site Code DACW09) CONTRACTING INFORMATION: Engineering
Services (Brooks A-E Act, PL 92-582) for Environmental Investigation
and Remediation at the former Oxnard Air Force base, a DERP-FUDS
project referred to by name as Camarillo Airport, located in Ventura
County, California (Block 1 of SF 255). The Total Estimated
Construction Cost (ECC) for all projects is between $1,000,000 and
$5,000,000. This announcement is open to all businesses regardless of
size. This will be under SIC 8744. If a large business is selected for
this Contract, they must comply with FAR 52.219-9 regarding the
requirement for a subcontracting plan on that part of the wok it
intends to subcontract. The subcontracting goals for this contract are
that a minimum of 60% of the contractor's intended subcontract amount
be placed with small business (SB), including small disadvantaged
businesses (SDB), 10% and Woman-Owned (WOB) 4.0%. The plan is not
required with this submittal. This contract is anticipated to be
negotiated on a firm fixed price basis, but the Government reserves the
right to use any other type Contract. The estimated contract start date
will be August 1996 for a period of one (1) year with the option of
four (4) - one (1) year extensions. Work is subject to availability of
funds. The agency has determined that FIRMR Part 201-39 does not apply
based on the exception set forth in 201-39.101- 3(b) (3iii) (B).
PROJECT INFORMATION: The work and services shall consist of HTRW
remedial investigations, feasibility studies and remedial designs
consisting of contract drawing, design analysis specifications and
control estimates at locations within the boundary of the former Oxnard
Air Force Base, of which Camarillo Airport is a major portion thereof.
Project involves soil and groundwater investigations for contamination
resulting from underground storage tank leaks, underground and
aboveground storage container, fuel distribution lines, open burn areas
and landfilling activities. Field activities involve soil gas surveys,
installation of monitoring wells, pump tests, sampling an analysis of
new existing monitoring wells collection of surface and sub-surface
soil sampling for chemical analysis, surveying of well points, and data
collection for evaluation of human health and ecological risks from
exposure and chemical fate and transport studies. Field investigation
reports will include assessment of site hydrogeologic characteristics,
maximum contaminant levels, identification of potential remediation
technologies, selection of remedial technologies, preparation of design
and cost estimates for implementation of the technology selected, risk
assessments based on human health and ecological exposures and
preparation of closure reports. The firm selected for this contract
will be expected to submit a quality control/quality assurance plan and
to adhere to it during the work and services required under the
contract. In Block 10 of the SF 255 describe the firm's Quality Control
Plan (QCP), including Quality Assurance Plan (QAP) of subcontractor(s).
The plans must be prepared, and approved by the Government, as a
condition of contract award, but are not required with this submission.
In Block 10 on the SF 255 describe owned or leased equipment that will
be used to perform this contract, as well as CADD capability, and
laboratory testing capability (state certifies; COE validated).
SELECTION INFORMATION: See Note 24 for general selection Process. The
selection criteria are listed below in descending order of importance
(first by major criterion and then by each sub-criterion). Criteria
''a'' through ''e'' are primary. Criteria ''f'' through ''h'' are
secondary and will only be used as ''tie-breakers'' among technically
equal firms. a. Professional Qualifications, in environmental
engineering, industrial hygiene, hydrogeology, geology, risk assessor,
with supporting disciplines in chemistry, civil engineering,
surveying, cost estimating and compliance specialist. b. Specialized
Experience and Technical Competence in soil and ground water site
investigations, assessment, selection and design of remedial
technologies (bioremediation, natural attenuation, soil vapor
extraction, excavation, thermal treatment, etc), preparation of plans,
specs, cost estimates, phase III remedial action work plans,
preparation of risk assessments, experience between prime firm and
significant subcontractors, familiarity with federal, state, and local
regulations (NPDES permitting, NEPA, CEQA, RCRA, CERCLA), familiarity
with Unexploded Ordnance Waste project issues and ordnance avoidance
procedures, laboratory testing facility certifications and validations,
and the management approach, coordination of disciplines and
subcontractors, quality control procedures and prior experience of
prime and subcontractors on similar projects. c. Capacity to accomplish
the work in the required time and the availability of and adequate
number of personnel in key disciplines. d. Past performance on DoD
Contracts. e. Knowledge of the locality. f. Location of the firm in
relation to the former Oxnard Air Force Base. g. Extent of
participation of SB, SDB, historically black colleges an universities,
and minority institutions in the proposed contract team, measured as
a percentage of the estimated effort. h. Volume of DoD contract awards
in the last 12 months as described in Note 24. All firms that submit
and SF 255 shall be notified with a post card acknowledging receipt of
their response. The firms which are not recommended by the
Pre-Selection Board to the Selection Board for further consideration
shall also be notified with a postcard. The firms which were considered
by the Selection Board but are not ranked for negotiation shall be
notifies with a post card. The firms which are ranked for negotiation
but are not selected for an award will be notified after the award of
the contract. The contract award shall be announced in the Commerce
Business Daily. Consistent with DoD policy of effecting and equitable
distribution of contracts among qualified Engineering firms including
small, disadvantaged owned firms and firms that have not had prior DOD
contracts (see Note 24), qualified small disadvantaged firms will
receive consideration during selection and all other selection
evaluation criteria being equal, may become an determining factor for
selection. Also, participation of SD firms participation in a joint
venture may become a determining factor for selection. Therefore, all
offerors' submittal should specifically identity in the appropriate
portions of the SF 255 all proposed small disadvantaged firm
participation in the proposed activity to be accomplished by the
contractor (See Note 24). The Los Angeles District and Minority
Business Development Agency are working with local Business Development
Centers (BDC's) to provide assistance to Small Disadvantaged Business
Concerns to participate in Government Contracts. SUBMISSION
REQUIREMENTS: Interested Engineering firms having the capabilities for
this work are invited to submit one (1) completed Standard Form (SF)
254 and 255, revised editions dated November 1992, Architect-Engineer
and Related Services Questionnaires for the prime and one (1) SF 254
for each subcontractor/consultant, by addressing a transmittal letter
to the office shown. Lengthy cover letters and generic corporation
brochures, or other presentations (such as binding of SF 254 and 255
beyond those to sufficient to present a complete and effective response
are not desired. Phone calls and personal visits are discouraged.
Response to this notice must be received within thirty (30) calendar
days from the date of issuance of this synopsis. If the 30th day is a
weekend day or a Federal holiday, the deadline is the close of business
of the next business day. Include ACASS number in Block 3b. Call the
ACASS Center at (503) 326-3459 to obtain a number. No other general
notification will be made of this work. Solicitation packages are not
provided for A-E contracts. Firms Desiring consideration shall submit
appropriate data as described in numbered Note 24. (0151) Loren Data Corp. http://www.ld.com (SYN# 0026 19960531\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|