Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 21,1997 PSA#1765

Oc-Alc/Dir Of Contracting, 7858 5th St Ste 1, Tinker Air Force Base Ok 73145-9106

R -- A-E ENVIRONMENTAL SERVICES SOL F34650-97-R-0032 DUE 022197 POC For copy, Gordon Mohon/Pkoss/[405]739-3367, For additional information contact Gordon Mohon/Pkoss/[405]739-3367 Title: Architect & Engineering Environmental Services Program. 1. Architect-Engineer (A-E) services (Title 1, 2, and Other) of four A-E firms are required to provide a wide variety of multi-discipline services for Tinker Air Force Base. Contract work may include, but is not limited, to the following project types: a. Complete detailed designs, specifications, and work plans as required for the remediation of environmental sites, with an objective of retaining A_E firms that can develop and implement standard Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) and Resource Conservation and Recovery Act (RCRA) investigations for contaminated sites. Standard CERCLA investigations shall be conducted as described in the National Oil and Hazardous Substances Pollution Contingency Plan (NCP), 40 CFR 300, and include Preliminary Assessments (PA), Site Investigations (SI, Remedial Investigations (RI), Risk Assessments, and Feasibility Studies (FS). Other studies and investigations shall follow RCRA (e.g. RCRA Facility Investigations and Corrective Measures Studies) or other applicable environmental guidelines and standards. Remedial Design (RD) services are required for the development of Environmental Remediation Technologies and Systems. The scope of RD services include preparing work plans and conducting treatability studies/field investigations in support of the RD, developing complete RDs, including plans and specifications, construction schedules, cost estimates, Operations and Maintenance (W & M), Quality Assurance (QA) health and safety requirements, and technical support including construction oversight. Typical sites include landfills, fuel and other spills, fire training areas, and burial sites. b. Pollution prevention requirements, to include process modeling and analysis, pollution prevention opportunity assessments, design, prototype fabrication and installation, testing, technical insertion, depot manufacturing processes, technical documentation, environmental studies, and information systems. Pollution prevention activities may require complete engineering designs and evaluations and include prototype and/pr off-the -shelf equipment to complete the requirement. c. Environmental Impact Analysis Process (EIAP) requirements, including complete Environmental Baseline Surveys (EBSs), Environmental Assessments (EAs) and Environmental Impact Statements (EISs) in accordance with the National Environmental Policy Act (NEPA) of 1969, as amended, 40 CFR 1500-1508, 32 CFR 989, AFI 32-7061, and AFI 32-7066. d. Environmental Compliance requirements, including a wide array of project types to ensure compliance with Federal, State, and Local envoronmental regulations. These may include treatability studies to determine the impact of new chemical usage on the Industrial Wastewater Treatment Plant (IWTP), hazardous waste management studies for RCRA compliance, air emission source surveys and other requirements to complete the Tinker AFB Title V permit application and also to maintain that permit and complete other air quality requiements, development or updating various plans, fulfilling design requirements for Underground Storage Tank (UST) removal or installation, and development of the yearly Toxic Release Inventory (TRI) report. e. Natural and Cultural Resources requirements, to include studies of rare, threatened, or endangered flora and fauna, delineation and electronic mapping of wetlands, floodplains, water sheds, and other resources, development of natural/cultural resources-related geographic information systems, design of natural resources projects such as erosion control systems, stormwater pollution prevention control systems, and floodwater detention/retention basins, development and submittal of reports to the State Historic Preservation Office (SHPO) and natural resource agencies (e.g., U. S. Fish and Wildlife Service and U. S. Army Corps of Engineers), and assessments and determinations of historic significance for structures located on TAFB. 2. The design of engineering, mechanical, electrical, environmental, and architectural features of the work shall be accomplished or reviewed and approved by Architects or Engineers registered to practice in the particular professional field involved, in a state or possession of the United States, Puerto Rico, or the District of Columbia. 3. All data/information and drawings as well as any other deliverables identified by the government to be generated under this contract shall be submitted in a format compatible with the computers used by the Envoronmental Management (EM) Directorate. The A-E contractors are required to submit Remedial Design (RD) data/information to EM according to the Installation Restoration Program Information Management System (IRPIMS) Contractor Data Loading Tool User's Manual so the data/information can be loaded into the EM computer system. ArcView software is to be used for the drawings. 4. The selection ofA-E firms will be based upon the following criteria: a. Professional qualifications of staff in chemical, biological, toxicological, geophysicas, quality assurance, health and safety, environmental, and other related disciplines. b. Specialized experience demonstrating technical competence in projects similar in scope to project types described Para 1. above. c. Professional capacity and ability to accomplish projects within the required time frames, including range of available resources (e.g. computer design). d. Past performance of the firm with respect to execution of projects for DoD, other Government agencies, and private firms. e. Location of firm, including proximity of a project management office to Tinker AFB OK. f. Volume of work previously awarded to the A-E firm by DoD agencies, with the object of affecting an equitable distribution of projects among qualified A-E firms. 5. The four awards will be Indefinite Delivery/Indefinite Quantity (IDIQ) type contracts, with a $10 million limit for individual delivery orders and a $25 million per contract maximum limit for the basic year or any option period. The term for each contract will consist of one 12-month basic period with four one- year options. The total cumulative of all contracts shall not exceed $75 million over a five-year period. 6. The potential exists to issue an award to a Small Disadvantaged Business (SDB) or to a Small Business (SB) provided response form the SF 254s and SF 255s indicate sufficient numbers of these firms are available. The SIC for this acquisition is 8712 and the size standard for a concern, including its affiliates, will not exceed $2.5 million and will apply to that portion which may be set aside. 7. Firms desiring consideration should submit SF 254s and SF 255s to OC-ALC/PKOSS: Attn: Gordon Mohon, 7858 5th Street, Suite 1, Tinker AFB OK 73145, to be received no later than 3:00 PM local time, 21 Feb 97. All 8A certified, SDBs and SB firms are insturcted to so note their status on the SF 254 and SF 255. On the SF 255, Item 8, offerors may include a maximum of fifty (50) projects in lieq of the form specified number of ten (10). SF 255, Item 9, shall be limited toa maximum of ten (10) pages. Responses from all firms will be considered. Responding firms shall clearly indicate any subcontractors, and/or consultants. Any proposed teaming aarrangements shall clearly state the type of teaming arrangement; Joint Venture or Prime/Subcontractor. No other notification concerning this requirement will be provided. This is not a request for proposal. Specifications, pland, and bidders list are not available. NOTE: A solicitation will not be issued against this synopsis. ANY MENTION OF THE AVAILABILITY OF THE SOLICITATION IS SYSTEM GENERATED AND SHOULD BE DISREGARDED. The approximate issue/response date will be 21 Jan 97. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. (0016)

Loren Data Corp. http://www.ld.com (SYN# 0074 19970121\R-0007.SOL)


R - Professional, Administrative and Management Support Services Index Page