|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 11,1998 PSA#2030U.S. Environmental Protection Agency, RCPB Superfund Procurement
(3805R), 401 M St. SW, Washington, DC 20460-0001 C -- RESPONSE ACTION CONTRACT (RAC), REGION IV SOL PR-HQ-98-10414 DUE
030598 POC Valen Wade, (202) 564-4477 *The original CBD announcement
was changed to reflect the correct figures for the total sub-pool and
the completion pool segment. U.S. Environmental Protection Agency,
Superfund/RCRA Procurement Operations Division, 401 M Street, S.W.,
Washington, DC 20460 C -- RESPONSE ACTION CONTRACT (RAC) Region IV DUE
March 5, 1998. POC Contact Point, Valen Wade, (202) 564-4477. The
Environmental Protection Agency (EPA) requires professional
architect/engineer services to support remedial planning and oversight
activities in Region IV under the Comprehensive Environmental Response
Compensation and Liability Act of 1980 (CERCLA) as amended by the
Superfund Amendments and Reauthorization Act of 1986 (SARA). These
services include performance of site management; remedial investigation
and feasibility studies; engineering services to design remedial
actions; engineering evaluation and cost analysis for non-time critical
removal actions; construction management for implementing remedial
actions and non-timecritical removal actions, including issuing and
managing subcontracts for construction of the selected remedy and
engineering services in overseeing construction; enforcement support,
including oversight of remedial investigations/feasibility studies,
remedial design and remedial action, and negotiation support; and other
technical assistance, including community relations, sampling and
analysis support and pre-design investigations. Services may include
technical and management services supporting EPA's coordination and
oversight of remedial activities where they are performed by a State,
the U.S. Army Corps of Engineers (USACE) or responsible parties
identified in enforcement actions. EPA plans to award one contract,
which will contain both term form and completion segments. Work will be
issued by work assignments (WAs). Any term form WA will be issued on a
cost plus award fee (CPAF) basis. It is planned to issue work under
the completion form on a CPAF, cost-plus-incentive-fee or fixed price
(either incentive or firm fixed price) basis. The base period of
performance will be four years with two three-year option periods for
a total period of ten years. *The contract will have a maximum of
1,200,000 LOE hours, $19,000,000 in the subcontracting pool and
$204,000,000 for completion form work. The base amounts in the base
period will be 50,000 LOE hours; in option period 1 20,000 LOE hours;
and in option period II 10,000 LOE hours. The RACs shall be awarded as
a Brooks Act procurement. The prime contractor, and each team
subcontractor, if any, shall submit Standard Forms (SF) 254 and 255 as
set forth in the Technical Proposal Instructions, available on the EPA
homepage "Doing Business with EPA" at the following address:
http://epa.gov./oam. At this Web Home Page, select the "Superfund/RCRA
Procurement Division (Washington, D.C.)" link. Under "Current
Procurements," select Response Action Contract (RAC) Region IV, RFP
#PR-HQ-98-10414." For a copy of the Statement of Work use the same
internet address above, except, choose "Closed Procurements," select
"Overview of the Response Action Contract Program," then select "Sample
Statement of Work". Selection will be based on the following evaluation
criteria with maximum available points for each criteria in
parenthesis: 1. Professional Qualifications (10 points); 2. Capacity to
Perform the Work (10 points); 3. Location (10 points); 4. Response
Scenario (25 Points); 5. Program Management (15 points); 6. On-Site
Projects (30 points); 7. Small, Small Disadvantaged and Women-Owned
Small Business Subcontracting -- including Mentor-Protege' Programs (15
points); 8. Past Performance (22.5 points). Discussions will be held
with those firms determined to be most highly qualified to perform the
Region IV RAC. Following discussions, EPA plans to select one firm for
cost and fee negotiations and possible contract award. Request for
Proposals will only be sent to the selected firm which will be asked to
submit a cost proposal, a subcontracting plan, a conflict of interest
plan, a quality assurance project plan, a quality management plan,
procedures for handling confidential business information, a health and
safety plan, and a plan to deliver analytical services. The plans set
forth above must be determined acceptable by EPA. In order to be
awarded a contract, agreement must be reached on all contract terms and
conditions, including a reasonable cost plus award fee. Prior to award,
the contractor will be required to have an acceptable accounting system
that allows for segregation of cost. Any resulting contract will
include the EPA "Limitations of Future Contracting (EPAAR 1552.209-74)"
(LOFC) clause. If any interested firms are current holders of EPA
contracts which contain LOFC clauses, they are advised to make
themselves aware of the limitations contained therein regarding
submitting proposals for Response Action Contracts. Firms interested in
responding to this announcement are invited to submit standard Forms
254 and 255, completed in accordance with the instructions contained in
the Technical Proposal Instructions, to the office shown below by March
5, 1998. These technical proposal instructions, along with the a
description of the technical evaluation criteria, the RAC statement of
work and the RAC LOFC clause, can be obtained from the Internet
address shown above. Any questions on this procurement should be
addressed to Valen Wade, (202) 564-4477, wade.valen@epamail.epa.gov, or
Paul Dawson, (202) 564-4473, dawson.paul@epamail.epa.gov. All questions
and responses thereto will be posted on the aforementioned EPA
HomePage. This is not a request for proposal. Firms interested in
responding to this CBD synopsis should submit eight (8) copies of their
completed SF 254/255s, including one in electronic format compatible
with WordPerfect 6.1, to the following address. For responses sent
through the U.S. Post Office, the mailing address is: Attn: Valen Wade
U.S. Environmental Protection Agency 401 M Street, S.W. (Mail Code
3805R) Ronald Reagan Building, Room No. 61148 Washington, D.C. 20460
For submissions not sent through the U.S. Post Office (e.g.,
hand-carried, or courier service), the address is: Attn:Valen Wade
(Mail Code 3805R) U.S. Environmental Protection Agency Ronald Reagan
Building Bid & Proposal Room 6th Floor, Room 61107 1300 Pennsylvania
Avenue Washington, DC 20004 (0040) Loren Data Corp. http://www.ld.com (SYN# 0018 19980211\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|