Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 24,1997 PSA#1978

Department of the Army, Baltimore District, Corps of Engineer, 10 South Howard Street, Room 7000, Baltimore, MD 21201-1715

C -- TWO (2) INDEFINITE DELIVERY-TYPE (WATER/WASTEWATER AND ENVIRONMENTAL) CONTRACTS, U.S. ARMY CENTER FOR PUBLIC WORKS, WORLDWIDE, ALEXANDRIA, VA SOL DACA31-98-R-0010 POC Jean Petty (410) 962-2587, Contracting Officer William C. Ryals (410) 962-3495 1. CONTRACT INFORMATION: Engineering Studies and Analytical Services at various Army Installations. the Army Center for Public Works (USACPW), Alexandria, VA, to support Army Directorate of Public Works worldwide. The contracts are for technical investigations, obtaining data, performing studies, reports, and other documents on environmental problems that are encountered during the operation and maintenance of US Government installation and facilities. When one or more AE Indefinite Delivery-Type contracts with similar scopes of work exists, the basis for selecting an AE for a particular delivery order will be based on several factors. Among these factors are current capacity of the contracts, ability of the AE to perform the task in the required time, any unique specialized experience that the AE can offer, and performance and quality of deliverables under the AE's current IDTC, along with customer responsiveness. While this process is necessarily a "subjective" process, the intent of this contract is to satisfy customer needs in an expeditious and cost effective mode. Selected firms will be assigned tasks of work consistent with their specific abilities and their demonstrated performance. Two contracts will be made for a firm fixed price, for a one year period with two option years for a total of three (3) years. The cumulative amount of all task orders will not exceed $1,000,000.00 per year. This announcement is open to all businesses regardless of size. The anticipated award is May 98. Subcontracting Plan Requirements: If the selected firm is a large business concern, a subcontracting plan with the final fee proposal will be required, consistent with Section 806(b) of PL 100-180, PL 95-507, and PL 99-661. A minimum of 30% of the total planned subcontracting dollars shall be placed with small business concerns. At least 15% of total planned subcontracting dollars shall be placed with small disadvantaged businesses (SDB), including Historically Black Colleges and Universities orMinority Institutions, and 8% with Women-Owned Small Businesses (WOSB). This plan is not required with this submittal. 2. PROJECT INFORMATION: The Architect-Engineer (A-E) shall provide the necessary personnel, equipment, materials and facilities to perform all the required tasks in a professional manner. A-E services shall require the use of experience, knowledge and skills relating to all aspects of environmental and sanitary engineering studies and investigations. This work shall consist of but limited to: conducting technical inspections, field investigations, asbestos and lead testing and abatement design, DD 1391's, storm water management, industrial hygienist, geotechical, ecologist, hydrologist, construction inspection and sampling and analysis; preparing for and conducting workshops, economic analysis, equipment specifications, and facility designs. The A-E firm shall obtain data, furnishing engineering reports, sketches, drawings and specifications, cost estimates and other documents on environmental problems that are encountered in the operation of US Government (Department of the Army and/or Department of Defense) installations and facilities. 3. SELECTION CRITERIA: Firms desiring consideration shall submit appropriate data as described in Numbered notes 24, the selection criteria will include. (1). The selected firm shall be able to evaluate and provide on-site O&M assistance to improve performance of pollution control and water utility systems to bring the system into compliance with Federal, state, regional, and local regulations; provide O&M operator training and prepare site specific O&M manuals for pollution control and water utility systems; prepare cross connection and backflow prevention programs, solid waste management plans, economic analysis, lessons learned reports, and engineering feasibility studies. (2). Responding firms will identify capability to perform in Europe and/or the Far East by providing a Management Plan which describes how services will be performed in the US and overseas, and the names and telephone numbers of clients as references on their five most recent similar projects. (3) Specialized experience of the firm in evaluation of situations and operations having an environmental consequence. (4) Proposed management planned and organizational chart of the project team to be utilized. The plan must show the working relationship of all key personnel, by discipline, and name a responsible individual for each. (5) Professional qualifications of the firm s staff and consultants to be assigned a project. (6) Past experience, if any, of the firm with respect to performance on Department of Defense Contracts, or other contracts. (7) Capacity of the firm to accomplish the work; disciplines required are civil, environmental, and chemical engineers; minimum of two each of the disciplines are required. (8) Volume of work previously awarded by the Department of Defense to the firm with the object of effecting an equitable distribution ofcontracts amount qualified Architect firms, including minority owned or small business firms and firms that have not had prior Department of Defense Contracts. 4.SUBMISSION REQUIREMENTS Firms which meet the requirements described in this announcement are invited to submit a completed Standard Form 254, Architect- Engineer and Related Services Questionnaire and a complete Standard Form 255, Architect-Engineer and Related Services Questionnaire for Specific Projects . Supplemental information requested, must be furnished for prime, joint venture(s) and/or consultants. Be advised that the Baltimore District does not maintain DF 254's at this office. Information must be received in this office no later than 19 December 1997, at 4:00 P.M. Local time. Technical Point of contact is Mr. Robert Fenlason (703) 806-5194. Contracting Point of contact is Ms. Jean Petty (410) 962-2587. This is not a request for proposals. Please do not request a solicitation package for this project. This is strictly Architect- Engineering, submittal of SF254's and SF255's only. In order to comply with Debt Collection Improvement Act of 1996, effective March 1, 1998, all contractors must be registered in the Central Cotractor Registration (CCR) to be considered for award of a Federal contract. Contact CCR Web site at http"//www.acq.osd.mil/ec. Registration can also be accomplished http"//www.acq.osd.mil/ec. Registration can also be accomplished via dial up modem at 614-692-6788 (User ID:ccrpud;In Password:pub2ccri) or through any DoD Certified Value Added Network. Additionally, a paper form for registration maybe obtained from the DoD eletronic Commerce Information Center at 1-800- 334-3414. (0324)

Loren Data Corp. http://www.ld.com (SYN# 0015 19971124\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page