Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 22,1997 PSA#1997

U. 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