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