|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 3,1998 PSA#2150US ARMY ENGINEER DISTR, ALBUQ, CORPS OF ENGINEERS, 4101 JEFFERSON PLAZA
NE, ALBUQUERQUE NM 87109-3435 C -- INDEFINITE DELIVERY CONTRACT FOR ENVIRONMENTAL ENGINEERING
SERVICES FOR THE ALBUQUERQUE DISTRICT, CORPS OF ENGINEERS. SOL
DACA47-98-R-0026 DUE 090298 POC Contract Specialist Linda J. Anderson
(505) 342-3451 (Site Code DACA47) 1. CONTRACT INFORMATION: One
Indefinite Delivery contract will be awarded for Environmental
Engineering Services for a period of one year, with options to extend
two additional years. The work will be primarily environmental and
pre-remedial action Hazardous Toxic Radiological Waste (HTRW) services
for civil works and military projects within the Albuquerque District
boundaries, which include Southern Colorado, New Mexico and Southwest
Texas. However, the Contractor may be required to work anywhere the
Albuquerque District is assigned work. The contractor will be
responsible for efforts involving a broad environmental field that
primarily includes pre-remedial HTRW studies and remedial design. Any
work requiring professional engineering certification must be done by,
or under the direct supervision of, registered professional engineers.
The successful firm may be utilized for complete projects or in support
of larger Albuquerque District in-house efforts. Services during
construction to include construction inspection, shop drawing review,
and as-built drawing preparation may be required. Work will be
negotiated and initiated by issuance of delivery orders with the
contract Not to Exceed (NTE) $1,000,000 per year, total contract NTE
$3,000,000 and each delivery order NTE $1,000,000. The successful firm
is guaranteed no less than $20,000 in the basic year and, if the
option years are exercised, the firm is guaranteed $10,000 per option
year. This contract will be procured in accordance with Pl 92-582
(Brooks A-E Act) and FAR Part 36. This procurement is unrestricted. The
wages and benefits of service employees (see FAR 22.10) performing
under this contract must be at least equal to those determined by the
Department of Labor under the Service Contract Act. In accordance with
Public Law 95-707, large business firms are reminded that a
subcontracting plan will be required which provides for subcontracting
work to Small and Small Disadvantaged firms to the maximum extent
practicable. If any of the work is to be subcontracted, the Albuquerque
District goal is for 62% of the total subcontracted dollars to go to
Small Business, 10% go to Small Disadvantaged Business and 5% go to
Women Owned Small Business. The anticipated award date is January 1999.
2. PROJECT INFORMATION: The key elements of this project may include
any or all aspects of the Comprehensive Environmental Response
Compensation and Liability Act (CERCLA) or Resource Conservation and
Recovery Act (RCRA) process, including preliminary assessments,
remedial investigations, feasibility studies, remedial design and
remedial action as applicable to various hazardous waste sites
primarily within the Albuquerque District boundaries; groundwater
monitoring and assessments; final design and preparation of
construction plans, specifications and cost estimates; asbestos and
lead base paint surveys; preparation of inventory project reports;
preparation of complete or partial Environmental Impact Statements
(EIS); Environmental Assessments (EA); Environmental Inventories (EI)
and related special studies documentation; hazardous waste inventories
and recovery plans; risk-based assessments; air emission inventories,
permit applications, and conformity analysis; multi- media
environmental compliance audits/assessments; storm water pollution
prevention planning; baseline environmental/human health risks
assessments; and other scientific and technological investigations to
accomplish the mission and complete environmental assignments. 3.
SELECTION CRITERIA: See Note 24 for the general selection process. The
selection criteria are listed below in descending order of importance
(first by major criterion and then by each sub-criterion). Criteria
a-e are primary. Criteria f-h are secondary and will be used as
"tie-breakers" among technically qualified firms. (a) SPECIALIZED
EXPERIENCE AND TECHNICAL COMPETENCE. The work may include and the firms
must demonstrate experience in: (1) Performing remedial investigations
and feasibility studies at various sites including: subsurface
investigations; performing soil gas surveys; providing laboratory
services for chemical and physical analyses; performing geophysical
logging; accomplishing pump tests and borehole or well slug tests;
performing water sampling; preparing site safety and health plans;
characterizing sites including models and predictions of contaminant
migration in vadose and saturated zones; preparing risk assessment
reports; preparing remedial investigation and feasibility study
reports; preparing record of decision reports; providing technical
oversight for CERCLA projects; and preparing, reviewing or modifying
various plans and permits required under 40 CFR parts 260-270 and/or
all applicable State (primarily New Mexico, Texas, Colorado)
regulations; (2) Designing and installing groundwater monitoring
systems according to USEPA and applicable State regulations; (3)
Performing hydrogeologic and groundwater assessments according to USEPA
and/or applicable State RCRA regulations; (4) Preparing final design,
construction plans and specifications in accordance with COE criteria;
(5) Asbestos and lead base paint surveys, testing and abatement plans;
(6) Performing site assessments, investigations, monitoring, and
removal of leaking Underground Storage Tank(s) (UST), including: Design
and installation of UST monitoring and leak detection systems; and tank
testing services as required by 40 CFR part 280; and (7) Geographic
Information System (GIS)/Remote Sensing Work. The firm must be able to
provide: Laboratory testing from a laboratory which has been validated
and approved by the U.S. Army Corps of Engineers, North West Division
(NWD) to perform chemical analyses for soil, sediment, groundwater,
surface water, and waste samples for priority pollutants and
contaminants; and GIS and remote sensing data in formats compatible
with ARC/INFO software. Firms must be familiar with health and safety
regulations mandated by OSHA in 29 CFR 1910.120. Firms that are
familiar with Air Force and Corps of Engineer Design Criteria are
preferred. Firms must demonstrate the ability to accomplish
construction cost estimates utilizing M-CACES Gold or Composer Plus
software. Firms must indicate the ability to deliver final drawings in
AutoCAD (version 12) and MicroStation (version 5), and narratives
compatible with Microsoft Word (Trademark). Firms that have implemented
a Design Quality Management Plan will be given preference. (b)
PROFESSIONAL QUALIFICATIONS. Firms must be able to provide registered
professional personnel for project management, civil engineering,
environmental engineering and chemical engineering. The firm must also
be able to provide a certified industrial hygienist, geologist(s),
hydrogeologist(s), chemist(s), biologist(s), engineering technicians
and experienced drilling inspector(s). The firm must be able to provide
a cost estimator with M-CACES gold or Composer Plus experience. The
Project Manager(s) must have experience managing COE HTRW projects. The
team of individuals listed in Section 7 of the SF 255 must be familiar
with relevant COE HTRW criteria and have current health and safety
certifications and documentation. (c) PAST PERFORMANCE. The firms past
performance on contracts with Governmental agencies and private
industry in terms of cost control, quality of work, and compliance with
performance schedules will be evaluated. (d) CAPACITY. The firm's
capacity to accomplish multiple delivery orders will be evaluated. (e)
KNOWLEDGE OF THE LOCALITY. The firm's knowledge of the area primarily
encompassed by the Albuquerque District boundaries will be evaluated.
(f) Location of the firm with respect to Albuquerque, New Mexico,
provided there are a sufficient number of qualified firms in the area,
will be evaluated. (g) Volume of DoD contract awards in the last 12
months as described in Note 24. (h) 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. In-house capabilities will be weighted heavier than
subcontracted work in the evaluation process. Joint Venture Firms will
be considered as having capabilities in-house. 4. SUBMISSION
REQUIREMENTS: See Note 24 for general submission requirements.
Interested firms having the capabilities to perform this work must
submit one copy of SF 255 (11/92 edition) and one copy of SF 254 (11/92
edition) for the prime firm and all consultants to the above address
not later than the close of business on the 30th day after the date of
this announcement. If the 30th day is a Saturday, Sunday or Federal
Holiday, the deadline is the close of business the next business day.
Solicitation packages are not provided. The solicitation number is
DACA47-98-R-0026. Only data furnished by the responding firm on the SF
254 and SF 255 will be considered in the selection process. Personnel
qualifications of all key subcontractors are to be included in block
7 of the SF 255. Responding firms are requested to clearly identify
those tasks to be performed in-house and at what office and those tasks
to be subcontracted and at what office. The SF 255 should specifically
address the requirements of this announcement. Responding firms are
requested to summarize their Quality Management Plan and identify all
relevant computer capabilities in block 10 of the SF 255. Firms
responding as Joint Ventures must state the intent in block 5 of the SF
255. FIRMS SHALL PROVIDE REFERENCES, TO INCLUDE TELEPHONE NUMBERS FOR
PROJECTS LISTED IN BLOCK 8 OF THE SF 225. FIRMS SHALL LIMIT BLOCK 10 OF
THE SF 255 TO NO MORE THAN 15 PAGES. The POC is Linda Anderson, (505)
342-3451. No other general notifications will be made and no further
actions will be required from firms under consideration. This is not a
Request For Proposal. Posted 07/30/98 (I-SN230617). (0211) Loren Data Corp. http://www.ld.com (SYN# 0023 19980803\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|