Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 11,1998 PSA#2092

Sacramento Alc/Pkxd, 3237 Peacekeeper Way/Suite 17, Mc Clellan Air Force Base, CA 95652-1060

C -- ENVIRONMENTAL A&E SERVICES SOL F04699-98-R-0036 DUE 101598 POC For copy, contact the info office indicated., For additional information contact Foster.P1f/Pkop/[916]643-0741 Environmental Architect/Engineer (A&E) services. Multiple awards will be on an Indefinite Delivery/Indefinite Quantity (ID/IQ) basis; contracts will consist of one base year plus four option years. Contract maximum value is $21,000,000 and $7,000,000 for a small business set-aside. Maximum monetary limit is $10,000,000 per year for the purpose of determining task order fees. Under the 100% small business set-aside, maximum monetary limit is $3,000,000 per year for determining task order fees. Minimum guaranteed order on each contract is $25,000. Issuance of approximately two full and open contracts, plus an additional 100% small business set-aside is contemplated. Typical contract work will comply with Federal and State regulations and will include the following activities: Preliminary Assessments, Site Inspections, Remedial Investigations, Feasibility Studies, Remedial Design, Long-Term Monitoring, Treatability Studies, Pollution Prevention Studies, Waste Minimization Studies, Environment Assessments, Impact Statements, Environmental Field Studies, (i.e., sampling and analysis), environmental surveys, and other related Environmental Studies and Services, Title II Services may also be required. Work will be at McClellan AFB, satellite locations, and other Federal Government installations located within EPA Region IX, continental United States (CONUS). Firms should possess experience in the development and implementation of CERCLA projects that have resulted in a record of decision (ROD). Firms are to be prime contractors that possess the experience, expertise, and resources available locally to perform this work. Prime contractor firms are considered to be individual or joint venture efforts, not teaming arrangements, partnerships, or contract management companies. Firms should be multidisciplined in the environmental field and possess available resources to accomplish work in required time frames. Responses must be received by close of business 08 July 1998. Note: Firms should have access to laboratories certified/approved by the US EPA and appropriate State authorities. Work will be in controlled access areas and all personnel working on these contracts must be U.S. citizens capable of being badged and cleared to function on military installations. Significant factors to be used in the evaluation process are as follows: (1) specialized experience in remedial investigation, feasibility studies, treatability studies, investigative studies, remedial design and CERCLA investigations, especially pertaining to Base Realignment and Closure (BRAC) activities; (2) past performance of the A & E firm in the execution of DoD and other contracts for similar environmental work; (3) professional qualifications of staff in engineering, chemical, geophysical and environmental disciplines; (4) capacity and ability to accomplish tasks in the required time frames; (5) and location of the A & E firm in the general geographic area of McClellan AFB. Firms desiring consideration must submit appropriate data as describedin CBD numbered Note 24. This is not a Request for Proposal (RFP). Those firms qualified to provide the services described in this announcement and have submitted a copy of SF 255 and their latest SF 254, "Architect/Engineer and related Services Questionnaire" for the firm and each of its proposed consultants, will be considered for selection. SF forms are to reach this location by COB on the 8th of July, 1998. Submit SF 254 and SF 255 to SM-ALC/PKOP, Attn: Mr. Lloyd Foster, 5120 Dudley Blvd., McClellan AFB CA 95652-1389. Contact Mr. Phil Welker, SM-ALC/EMO, McClellan AFB CA 95652-1389, (916)643-0830, extension 468 for general information regarding these environmental contracts. The approximate issue/response date will be 15 Sep 98. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. See Note (s) 1, 24. (0127)

Loren Data Corp. http://www.ld.com (SYN# 0016 19980511\C-0006.SOL)


C - Architect and Engineering Services - Construction Index Page