Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 3,1996 PSA#1607

US 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