|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 8,1998 PSA#2175Department of the Army, Baltimore District, Corps of Engineer, 10 South
Howard Street, Room 7000, Baltimore, MD 21201-1715 C -- IDTC FOR NATURAL RESOURCES SUPPORT SERVICES FT. BELVOIR & THE
BALTIMORE DISTRICT!! SOL DACA31-98-R-0076 DUE 100598 POC Contract: Jean
Petty (410) 962-2587 17. 1. CONTRACT INFORMATION: Architect Engineering
Services to be performed under this contract will provide design,
planning, management and technical support for the U.S. Army Garrison
Fort Belvoir, VA and maybe used for other missions within the Baltimore
District. Work will provide support for compliance with environmental
laws, regulations and requirements to which Fort Belvoir is subject, as
well as management of natural and cultural resources. One contract will
be made for a firm fixed price, for a one-year period with two option
years for a total of three (3) years. The cumulative amount of all task
orders will not exceed $1,000,000.00 per year. This announcement is
open to all businesses regardless of size. Subcontracting Plan
Requirements: If the selected firm is a large business concern, a
subcontracting plan with the final fee proposal will be required,
consistent with Section 806(b) of PL 100-180, PL 95-507, and PL 99-661.
A minimum of 65% of the total planned subcontracting dollars shall be
placed with small business concerns. At least 15% of total planned
subcontracting dollars shall be placed with small disadvantaged
businesses (SDB), including Historically Black Colleges and
Universities or Minority Institutions, and 8% with Women-Owned Small
Businesses (WOSB). This plan is not required with this submittal. 2.
PROJECT INFORMATION: Natural and cultural resources support services to
be performed under this contract will include, but will not be limited
to, engineering and design services for the storm water management
program, including design services for the management structures and
facilities, design of modifications/repairs to existing facilities,
development of basin-wide storm water management strategies,
development of storm water management permit applications, engineering
and design services for the erosion and sediment control program,
(including design of erosion and sediment control projects, design of
erosion and sediment control plans and permit applications, and
inspection ofconstruction projects) engineering and design services in
support of infrastructure construction repair/improvement projects,
(including design of utility and roadways crossing installation
waterways), stabilization of in-stream structures, development of
wetland and subaqueous bed permit applications, construction
inspections, preparation of as-built drawings, landscape design
services for streetscapes, housing and administrative areas; planning
and design services in support of timber maintenance and harvest
activities, engineering and design services in support of planning,
siting, construction and maintenance of installation refuge facilities,
parking facilities access controls and information displays,
topographic surveys, engineering and design services in support of
maintenance and repair of historic structures, preparation of natural
resources management plans, preparation of cultural resources
management plans, planning services, (including preparation of NEPA
documents) natural resources studies and field surveys, planning and
design of habitat management /enhancement projects, planning and design
services to integrated pest management and grounds maintenance
programs; development of environmental education materials and
programs; and, GIS services. The above described work may require some
or all of the following disciplines; civil, environmental, structural
and mechanical engineering; architecture and landscape architecture;
hydrology; geology; soil science; agronomy; entomology; biology;
forestry; ecology; chemistry; topographic survey; CADD; GIS; historical
architecture; archeology; planning; graphic art; and
photointerpretation. 3. SELECTION CRITERIA: Firms must demonstrate the
following: (1) recent in-depth knowledge and experience with federal,
state and local natural and cultural resources statutes including but
not limited to Sikes Act, Endangered Species Act., Clean Water Act,
Fish and Wildlife Coordination Act, Federal Insecticide Fungicide, and
Rodenticide Act, National Historic Preservation Act; National
Environmental Policy Act; Virginia Subaqueous Bed Guidelines and
Virginia Sediment and Erosion Control Guidelines; (2) recent
demonstrated relevant natural resources permitting experience in
Virginia to include but not be limited to Clean Water Act and Virginia
Subaqueous Bed permits; (3) recent demonstrated relevant design
experience in storm water management and sediment and erosion control
projects; (4) recent demonstrated relevant experience in natural
resources and cultural resources field studies and plan preparation;
(5) recent documented relevant experience in performing impact analyses
and developing NEPA documents for facilities siting and development
projects; and (6) recent documented relevant experience in providing
landscape design, grounds maintenance and pest management technical
support at facilities in the mid-Atlantic region that are similar in
size and scope to Fort Belvoir. In addition to the above, the selection
criteria for consideration will also include (1) recent relevant
experience in performing natural and cultural resource management
activities of a similar scale and scope in the mid-Atlantic region; (2)
location of an office and subcontractors in close proximity to Fort
Belvoir with the identified expertise at these locations; (3)
demonstrated completion of recent relevant projects using Intergraph
CADD and GIS capabilities; (4) demonstrated capacity to accomplish work
orders within required time-frames; (5) demonstrated completion of
recent projects of a similar scale and scope at Army Installations in
terms of cost control, design award and meeting established schedules.
.4.SUBMISSION REQUIREMENTS Firms, which meet the requirements
described in this announcement, are invited to submit a completed
Standard Form 254, "Architect-Engineer and Related Services
Questionnaire" and a complete Standard Form 255, "Architect-Engineer
and Related Services Questionnaire for Specific Projects". Supplemental
information requested must be furnished for prime, joint venture(s)
and/or consultants. Be advised that the Baltimore District does not
maintain DF 254's at this office. Submission limitations: for the A-E
team (Primes and subs) are limited to 10 pages for the Section 10, of
SF 255. Information must be received in this office no later than 05
OCT 1998, at 4:00 P.M. Local time. Technical Point of contact is Ms.
Dorothy Keough (703-806-4007). Contracting Point of contact is Ms. Jean
Petty (410) 962-2587. This is not a request for proposals. Please do
not request a solicitation package for this project. This is strictly
Architect Engineering, submittal of SF254's and SF255's only. Posted
09/03/98 (W-SN245248). (0246) Loren Data Corp. http://www.ld.com (SYN# 0034 19980908\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|