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