|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 22,1997 PSA#1997U. S. Army Corps of Engineers, Omaha District, 215 North 17th Street,
Omaha, NE 68102-4978 C -- IDT FOR DESIGN OF REMEDIATION OF MINE SITES MONTANA & NORTH &
SOUTH DAKOTA SOL DACW45-98-R-0004 POC For procedural questions: John M.
Miller (402)221-4176; technical: Daniel Gillespie (402)221-7168 WEB:
Omaha District Contracting Division Homepage,
http://ebs.mro.usace.army.mil/EBS/CONTRACT.HTM. E-MAIL: Jan Cook,
Jan.M.Cook@usace.army.mil. CONTRACT INFORMATION: Up to three Indefinite
Delivery Type (DACW45-98-R-0004, DACW45-98-R-0005 and DACW45-98-R-0006)
contracts may be awarded for a base period and may include two
additional option periods. The contract amount will not exceed $300,000
in any period. The base period and option periods will not exceed one
year each, but option periods may be exercised when the contract amount
for the current period has been reached. Work will be issued by
negotiating firm-fixed-price task orders. Task orders will be issued
from time to time as the need arises during the contract period. The
amount of the task orders will not exceed the contract amount in any
period. Types of services required will include site investigations,
surveying and mapping, planning studies, reports, concept design, final
design, construction phase services. Contracts will be awarded between
April 1998 and April 1999 as needed to support workload requirements.
Order of contract award among selected firms will be based on the
following factors: specialized knowledge or expertise that would
significantly benefit a specific customer or enhance execution, past
experience with a specific customer or knowledge of the locality,
availability of appropriate staff. Submitters are advised that all
contracts may not be awarded if not supported by sufficient workload.
Allocation of task orders from among firms awarded contracts will be
made on the above factors and the following additional factors:
performance on previous task orders, magnitude of task order relative
to remaining contract capacity, equitable workload distribution. This
announcement is open to all businesses, regardless of size. If a large
business is selected for this project, it must comply with FAR
52.219-9 regarding the requirement for a subcontracting plan on that
part of the work it intends to contract. This plan is not required with
this submittal. The subcontracting goals for this contract are that a
minimum of 55% of the contractor's intended subcontract amount be
placed with small businesses (SB), 8.5% be placed with small
disadvantaged businesses (SDB), and 3% be placed with women-owned small
businesses (WOSB). Standard Industrial Classification (SIC) code for
determining a large business is 8711 (greater than $2.5 million in
annual average gross revenue for the last three fiscal years). Selected
firms will be required to comply with Omaha District CADD standards
(FTP://155.77.239.76/PUB/AE/CADDSTD.PDF), however experience with Omaha
District standards is not required for selection. PROJECT INFORMATION:
Project consists of reclamation of abandoned mine land sites on Bureau
of Land Management Montana State Office managed lands in Montana, North
Dakota, and South Dakota. Delivery Orders under this contract may
include, but are not limited to, preliminary assessments
(identification of contaminants, extent of contamination, properties of
contaminants, and pathways), property and claim ownership
determinations (identification of past and current owner/operators,
assessments of financial viability, research deed/lease agreements),
preparation of community relations plans, participation in public
meetings, preparation of reclamation work plans, sampling and analysis
plans (field sampling plan & quality assurance project plan), and
health and safety plans, environmental permitting and regulatory
program compliance. Delivery Orders may also include site
characterization including field investigations, chemical sampling and
analysis, human and ecological risk assessments, development of
cleanup goals, preparation of expanded engineering evaluation/cost
analysis documents, reclamation investigation reports, aerial
photography and site mapping, reclamation project design, preparation
of plans and specifications, reclamation project construction cost
estimates, reclamation project bid package preparation, reclamation
project construction management, and reclamation project follow-up
maintenance monitoring. Individual Delivery Orders are estimated at,
but not limited to, between $25,000.00 and $100,000.00. SELECTION
CRITERIA: Criteria for selection, in order of importance, are: (a)
Recent specialized experience and technical competence of the firm
(including consultants) in: (1) Providing the services described in
PROJECT INFORMATION above, relative to mine reclamation projects. (2)
Experience with State of Montana Department of Environmental Quality
(DEQ) Mine Waste Clean-up Bureau's "Abandoned Inactive Mine Cleanup
Procedures" process. (3) Experience in mine reclamation projects in the
states of Montana, North Dakota, and South Dakota. (4) Experience in
Multi disciplinary studies that involve elements of engineering,
hydrogeology, and environmental and health sciences. (5) Producing
quality designs as evidenced by the firm's quality control procedures
described in the Design Management Plan (see SUBMITTAL REQUIREMENTS).
(6) Effective coordination and management of the project team,
including consultants as described in the Design Management Plan. (7)
Experience in surveying, aerial photography, topographic mapping, and
producing quantity surveys. (8) Producing Computer Aided Drafting and
Design (CADD) drawings fully compatible with one of the following:
Bently Microstation 95; AutoCad version 12 or later. (9) Experience in
construction cost estimating and the ability to prepare estimates on
IBM-compatible personal computers using the Corps of Engineers'
Micro-Computer Aided Cost Estimating System (M-CACES) Gold version
(software provided) or similar system.(10) Ability to produce documents
and specifications on 3.5 inch DSDD diskettes in WordPerfect 5.1 or 6.0
format. (b) Knowledge of the locality of mine sites in Montana North
Dakota and South Dakota. (c) Professional qualifications and
specialized experience in providing services similar to those listed
above of the proposed team members (including consultants) in the
following disciplines: environmental, geotechnical and civil
engineering; environmental science (e.g. biology, ecology, toxicology,
etc.); chemistry; geology; hydrogeology; industrial hygiene
(certified); regulatory compliance; construction management and
community relations. (d) Capacity to accomplish the work in the
required time, including the ability to complete more than one task
order at a time. (e) Past performance on previous contracts with
respect to cost control, quality of work, and compliance with
performance schedules. (f) Location in the general geographic area of
Montana, North Dakota and South Dakota. (g) Extent of participation of
SB, SDB, historically black colleges and universities, and minority
institutions in the proposed contract team, measured as a percentage of
the estimated effort. (h) Volume of DOD contract awards in the last 12
months with the object of effecting an equitable distribution of DOD
A-E contracts among qualified A-E firms. SUBMITTAL REQUIREMENTS:
Solicitation packages are not provided for A-E contracts. This is not
a request for proposal. Firms desiring consideration must submit two
copies of a combined SF 255 and separate SFs 254 for prime and each
consultant. To be considered, submittals must be addressed as follows:
U.S. Army Corps of Engineers, Omaha District, CEMRO-ED-C, ATTN: John
M. Miller, 215 N. 17th Street, Omaha, NE 68102-4978. Submittals must be
received no later than 4:00 PM CST on 19 January 1998. In block 10 of
the SF 255, provide the following: (a) Design Management Plan (DMP).
The plan should be brief and include an explanation of the firm's
management approach, management of subcontractors (if applicable),
specific quality control procedures used and an organizational chart
showing the inter-relationship of management and various team
components (including subcontractors). (b) The firm's present workload
and the availability of the project team (including consultants) for
the specified contract performance period. In block 3 of SF 255 provide
the submitting firm's number (six or seven digits) assigned by the
North Pacific Division, U.S. Army Corps of Engineers, for the
Architect-Engineer Contract Administration Support System(ACASS) and
the firm number for any consultants in block 6 of the SF 255. If
unknown, so state. To receive information to obtain an ACASS number,
call (503) 808-4591. Personal visits for this solicitation to the Omaha
District offices or the Bureau of Land Management will not be
scheduled. (0352) Loren Data Corp. http://www.ld.com (SYN# 0019 19971222\C-0006.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|