Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 15,1996 PSA#1636

US ARMY ENGINEER DISTRICT, FTW, P O BOX 17300, 819 TAYLOR ST, FT. WORTH TX 76102-0300

C -- IDC FOR A-E SERVCS PRIM FOR ENVIRON AND NON-RESTROATIVE HAZ TOXIC RADIOLOGICAL WASTE SERVCS FOR MIS MIL AND CIV PROJS NATIONWIDE, PRIM WITHIN THE BOUNDARIES OF SWD (PRIMARILY AR, LA, OK, NM AND TX SOL DACA63-96-R-0042 DUE 082696 POC Contact: Jerrell Freeman, (817/334-2262) for questions on submittal requirements; Bobby Shelton, (817) 334-3069 for technical questions (Site Code DACA63) This is the second part of a two-part synopsis. Part one was published in the July 9, 1996 issue. (l) Other Investigations: The Contractor may be required to conduct other special economic, social, recreational, or general civil engineering studies in support of ongoing environmental evaluations or water resources/installation planning. In water resource studies, the contractor may be required to survey specified watershed areas, determine the economic, social, and engineering aspects of existing conditions, and project future conditions for various development scenarios. In installation master planning studies, the contractor may be required to develop Installation Master Plans, prepare Site Development Plans, analyze and review utility capabilities under various operating scenarios, perform hydrologic or hydraulic analyses of surface waters and ground water flow studies. In Base Realignment and Closure studies, the contractor may be required to produce a stand-alone special socio-economic report addressing potential impacts. In addition, the Contractor may be required to prepare Military Recreation Master Plans, Recreation Surveys, Recreation Needs Analyses, and Aesthetic Resource Analyses. 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 recent experience in managing and executing large and/or numerous projects in the environmental areas as identified previously in this announcement. (2) The team must demonstrate recent experience in natural and cultural resource projects, including analyzing environmental impacts of proposed actions, and demonstrate understanding of the requirements of National Environmental Policy Act, Endangered Species Act, National Historic Preservation Act, and other related environmental laws and military regulations. (3) The team must demonstrate their ability to conduct various types of environmental site investigations (natural and cultural surveys, environmental compliance assessments, phase one site assessments, sampling and testing, etc. as identified previously in this announcement) using the appropriate methodologies and field technics. (4) The team must demonstrate the ability to accomplish environmental report development, environmental permit development and environmental plan development in accordance with the Federal, State and local laws and regulations (see Regulatory Compliance and Guidance Section of this announcement. (5) The team must have experience in environmental projects in AR, LA, OK, NM and TX. (6) The team must have work experience in performing for and on US Army and US Air Force installations and exhibit a diversity of work experience for a variety of other Federal agencies. (7) The team must be familiar with environmental chemical testing and methodologies and QA/QC oversight. (8) The team must show ability to utilize Geographic Information Systems (GIS) technology. (b) Professional Capabilities: It is anticipated that expertise in the following disciplines are required: Biologist; ecologist; archeologist; historic archeologist; preservation planner; historian; archivist; environmental engineer; chemist; historical architect; structural engineer; noise analyst (aircraft and other moving or stationary sources); sociologist; economist; hydraulic engineer; hydrologic engineer; civil engineer; electrical engineer; mechanical engineer; petroleum engineer; transportation specialist; landscape architect; outdoor recreation planner;, GIS/remote sensing specialist; geologist; airspace planner; and industrial hygienist. Provide at least one resume for each of these disciplines. Contractor also must utilize a laboratory qualified to perform all required testing. Include the qualifications of the laboratory you propose to use on your team. (c) The team must demonstrate adequate capacity to maintain schedule for multiple delivery orders being performed simultaneously. The team must also demonstrate the ability to quickly respond to multiple requests for proposals for concurrent delivery orders. (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 demonstrate their ability to accurately track and control costs for delivery orders performed under the cost-plus fixed fee contract alternative. (g) The contractor must be capable of receiving Defense Investigation Service Industrial Security Clearance at the secret'' level. 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 4:30 p.m. on the due date listed above. The 11/92 version of the forms must be used. (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, a firm's average annual receipts or sales for the preceding three fiscal years, must not exceed $2.5 million. Standard Industrial Classification (SIC) code for this announcement is 8711 (Other Engineering Services). (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 consultant) proposed for the contracts. (d) Include CBD announcement number in Block No. 2b of the SF 255. (e) 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. Selection will be based on the team member experience presented in your SF 255, primarily in Block No. 7. Limit Block No. 7 to no more than 40 pages. (f) In Block No. 10 of the SF 255, include a draft Project Quality Control (PQC) Plan. It should include a brief presentation of internal controls and procedures that you use to insure that a quality design is produced. (g) In Block No. 10 of the SF 255 show last 12 month's DOD awards. (h) 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). (0193)

Loren Data Corp. http://www.ld.com (SYN# 0020 19960712\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page