Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 2,1996 PSA#1628

US ARMY CORPS OF ENGINEERS FT WORTH DIST, 819 TAYLOR STREET, ROOM 6A18, P O BOX 17300 ATTN CESWF-ED-MC, FORT WORTH TX 76102-0300

C -- ONE INDEFINITE DELIVERY CONTRACT FOR A-E SERVICES (PRIMARILY ENVIRON ENGRG AND SERVICES TO INCLUDE HAZARDOUS TOXIC RADIOLOGICAL WASTE) FOR MISCELLANEOUS MIL AND CIV PROJECTS ASSIGN TO FTW DIST SOL DACA63-96-R-0045 DUE 073197 POC Contact: Sharon McLellan, (817/334-3939) (Site Code DACA63) 1. CONTRACT INFORMATION: One Indefinite Delivery Contract (IDC) will be awarded under this announcement. Technical POC: Teresa Pannell (817/334-9923 ext 1648). The work will be for Design, Drafting, Planning, Studies and Site Investigation associated with projects of a general Engineering, Environmental nature and will include projects with natural and cultural resource considerations. However, the intended work will be primarily for HTRW and Environmental Studies, Management Plans, Environmental Regulatory Compliance Assistance and the Design of Required Remediation Efforts. All work must be done by, or under the direct supervision of registered professional Architects or Engineers. The contract will be for one base period not to exceed one year and four option periods not to exceed one year each. Estimated A-E Fee Including Options: Not To Exceed $14,500,000.00 maximum ($3,000,000.00 base period; $3,000,000.00 for each option period 1-3; option period No. 4 will be NTE $2,500,000.00), with a maximum Delivery Order amount of $1,500,000.00. If a large Business firm is selected for this announcement it must comply with the FAR 52.219-9 clause regarding the requirements for a subcontracting plan. The Fort Worth District's goal on work to be subcontracted is that a minimum of 52.5% of the Contractor's total intended subcontract amount be placed as follows: 8.8% be placed with Small Disadvantaged Businesses (SDB); 5.5% be placed with Historical Black Colleges or Minority Institutions; 3% with Women Owned Small Business (WOB); and the remaining 35.2% be placed with Small Businesses (SB) for a total of 52.5%. The plan is not required as part of this submittal. Projects outside the Fort Worth District's primary area of responsibility may be added at the Government's discretion upon agreement of the selected firm and the local Corps Of Engineers District wherein the project is located. Pursuant to the Federal Information Resources Management Regulation (FIRMR), Section 201-39.5202-3, this acquisition is not being conducted under the FIRMR; however, any modifications requiring Federal Information Processing (FIP) resources will be conducted under specific agency delegation of GSAs exclusive procurement authority for FIP resources. The specific GSA DPA case number is KAA-95-AD-012. 2. PROJECT INFORMATION: The work may involve Design Drafting, Planning, Studies and Site Investigations associated with Sampling, Testing, Reporting, Surveys, Studies, Investigation and Management Plans, Environmental Permit preparation, Environmental Permit Compliance and other work necessary for the development of any Plans and Specifications, developing work plans and preparing reports and studies for the required investigations and remediation efforts for the material encountered. Materials and sites to be investigated may contain Asbestos, Lead Based Paint, CFC's, PCB's, Radiological Waste, UST's, or any other related HTRW/Environmental Material on potentially contaminated sites. Work will also include all applicable Federal, State and Local Laws and codes relating to Environmental requirements and HTRW materials and sites. Some work may require attending public meetings, and coordinating with Federal, State and Local regulatory agencies. Services during construction activities may also be required. 3. SELECTION CRITERIA: See CBD Note No. 24 (Monday Edition) for a general description of the selection process. Selection Criteria in descending order of importance are as follows: (a) Specialized Experience and Technical Competence: (1) The selected team must demonstrate extensive recent experience in managing and executing large, broadly scoped environmental projects. (2) The team must demonstrate ability to develop site characterization to determine the nature and extent of contamination based on data gathered from drilling, sampling, surveying and testing. (3) The team must demonstrate the ability to accomplish environmental report development, environmental permit development and environmental plan development in accordance with Title 40 CFR, and State and local regulations. (4) The team must have experience in environmental projects in Texas, Louisiana and New Mexico. (5) The team must be familiar with environmental chemical testing and methodologies (Per an MRD validated lab) and Corps of Engineers QA/QC oversight. (6) The team must demonstrate recent experience in cultural and natural resource projects, including analyzing environmental impacts of proposed actions. (7) The team must show ability to utilize Geographic Information Systems (GIS) technology. (8) The team must be knowledgeable in all applicable Federal, State and Local laws and codes relating to Environmental requirements and HTRW materials and sites. (b) Professional Qualifications: This type of Indefinite Delivery Contract will require, (either in-house or through consultant) as a minimum, the following: One Senior Project/ Program Manager, four Project Managers, two Chemical Engineer, two Chemist, four Civil Engineers, six Environmental Engineers, one Environmental Law Professional (Attorney), four Geologists, two Toxicologist, one Environmental Scientist, one Archeologist, one Certified Industrial Hygienist, two Industrial Hygienist, one Architect, one Electrical Engineer, one Mechanical Engineer and one Structural Engineer. Experience in Environmental Studies/ Design/Remediation, Association with a Corps of Engineers MRD validated Laboratory, Air Testing, Life Safety Study/Design including OSHA requirements, Cost Estimating, Topographic Survey and Construction Management. (c) The team must show adequate capacity to work at least three delivery orders at the same time. (d) The team must demonstrate satisfactory past performance with respect to cost control, quality of work and compliance with performance schedules. (e) The team must demonstrate ability to coordinate subcontractors with respect to quality control of design and communication of design requirements between disciplines. (f) The team must be able to prepare specifications and construction cost estimates on IBM compatible equipment, Construction cost estimates will be prepared using our PC based computer Aided Cost Estimating System (M-CACES) (Software will be provided), Computer Media for a Computer Aided Design and Drafting (CADD) system will be Auto CADD or Intergraph compatible. Drawings will be submitted in either Auto CADD or Intergraph, which ever is determined by the Delivery Order's Scope of Work. (NOTE: GIS may be required.) (g) In Block No. 10 of the SF 255 show the firm's last 12 months DOD awards. (h) Show extent of participation of SB, SDB, WOB, historically black colleges and universities and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. (i) Demonstrate capability to perform surveillance and inspection services during construction activities. 4. SUBMITTAL REQUIREMENTS: (a) See Note No. 24 for general submission requirements. To be considered, interested firms that meet the qualifications must provide one submittal package including an original SF 255 no later than COB of the date noted above. The 11/92 version of the forms must be used. If the closing day is a Saturday, Sunday or Federal holiday, the deadline is 4:30 p.m. of the next business day. (b) Responding firms must submit a current and accurate SF 254 for themselves and each proposed consultant. It must be provided for the specific office proposed to do the work. Indicate in Block No. 4 of the SF 254 if your firm is a Large, Small, Small Disadvantaged or Woman Owned Business. To be classified as a Small Business under SIC Code 8711, which governs this announcement, a firm's average annual receipts or sales for the preceding three fiscal years, must not exceed $2.5 million. (c) Submit only one SF 255, completed in accordance with the instructions. It must contain information in sufficient detail to identify the team (prime and consultants) proposed for the contract. (d) Include CBD announcement number in Block No. 2b of the SF 255. (e) In Block No. 4 of the SF 255 insert the number of personnel proposed for the contract (not necessarily total capacity), Consultants as (A) and in-house as (B). (f) In Block No. 6 of the SF 255, identify the discipline/ service to be supplied by each consultant. Provide brief resumes of the on-staff or consultant employees you intend to use to perform the work in the anticipated design time and the type of projects they will perform in Block No. 7 of your SF 255. Block No. 7 may be repeated as needed to identify all the major disciplines and key team members to meet manpower stated in 3b. Selection will be based on the total team members presented in your SF 255, primarily in Block No. 7. (g) Block No. 8 of the SF 255 is limited to a maximum of 15 projects completed by the Prime and major consultants. (h) In Block No. 10 of the SF 255, include a draft Design Quality Control (DQC) Plan. It should include a brief presentation of internal controls and procedures that you use to insure that a quality design is produced. (i) In Block No. 10 of the SF 255 show last 12 month's DOD awards. (j) Block No. 10 is not to exceed 10 pages. (k) Personal visits to discuss this project will not be scheduled. Solicitation packages are not provided for A-E contracts. This is not a request for proposal (see note No. 24). (0180)

Loren Data Corp. http://www.ld.com (SYN# 0033 19960701\C-0013.SOL)


C - Architect and Engineering Services - Construction Index Page