|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 19,1998 PSA#2203US Army Engineer District, Honolulu, Building 230, Attn: CEPOD-CT, Fort
Shafter, HI 96858-5440 B -- ENVIRONMENTAL STUDIES, INVESTIGATIONS, AND REMEDIAL WORK SOL
DACA83-99-R-0001 DUE 123198 POC Jennifer Ko, (808) 438-8580 WEB:
Honolulu Engineer District Contracting Home Page,
www.pod.usace.army.mil/ebs.html. E-MAIL: click here to contact the
contract specialist via, jennifer.ko@poh01.usace.army.mil. The U.S.
Army Corps of Engineers Pacific Ocean Division intends to issue a Small
Business Set-Aside solicitation for Indefinite-Delivery
Indefinite-Quantity Services Firm Fixed Price (FFP) and Construction
Contract for Environmental Studies, Investigations, and Remedial Work
Within the Responsibility of the Pacific Ocean Division including Japan
and Korea. Service may include but not be limited to environmental
impact statements, environmental assessments, environmental compliance
assessments, social impact assessments, planning studies, master
plans, environmental management plans, feasibility studies, natural
resources management, economic analyses, housing studies, scientific
and/or technological studies, biological studies, hazardous/toxic waste
studies, remedial action, planning documents, site investigations,
program management studies, innovative technology, cost benefit
analyses, other related environmental documentation, and policy
training. The required service may include but not be limited to
projects in Hawaii, American Samoa, Guam, Commonwealth of the Northern
Mariana Islands, Kwajalein Atoll, and other Pacific Islands, Korea,
Japan/Okinawa and other project locations assigned to the Pacific Ocean
Division. Defense Base Act insurance for work overseas is required.
Contractor shall furnish all necessary services, supplies,
construction, materials, labor and transportation, and perform all work
necessary to produce environmental studies, planning studies,
supporting reports, economic studies, and other required reports. The
Government intends to award one (1) contract for one (1) base year and
four (4) option years, if exercised. Contractors may be selected and
awarded without discussions. Service will be implemented through
individual task orders on an as-needed basis, with a maximum cumulative
amount for each contract of NTE amount of $5,000,000.00 for a one-year
period. The Government may exercise the option yearly for a maximum
cumulative contract total NTE amount of $25,000,000.00. The Government
obligates itself to a minimum contract amount of $100,000.00 for the
base year and $50,000.00 for any option year that is exercised. Task
orders with separate scopes of work will be issued against this
indefinite-delivery indefinite quantity contract. The technical factors
and subfactors are in descending order of importance as follows: (a)
demonstrated experience and familiarity of Pacific geographic region in
order to meet requirement for performance of complex tasks of differing
natures in remote areas; (b) specialized experience and technical
competence in environmental, hazardous/toxic wastes, planning, and
scientific studies; (c) demonstrated experience in the Pacific area
from Hawaii through Asia; (d) demonstrated experience in and knowledge
about tropical Pacific environments; (e) academic participation of key
subcontractors, if any; (f) experience with the Pacific Ocean Division;
and (g) past performance. Solicitation to be issued on or about
November 30, 1998. Solicitation will be available for a non-refundable
charge of $42.85 per solicitation. Solicitation documents shall be
requested through any one of the following three methods: a) mail
request to: Defense Automated Printing Service, ATTN: Army Corps
Solicitation, Box 126, Building 550, Pearl Harbor, Hawaii 96860-5120;
b) via courier service to: Defense Automated Printing Service, ATTN:
Army Corps Solicitation, Building 550, Pearl Harbor, Hawaii 96860-5120;
or c) via facsimile (if paying by credit card) to (808) 471-2604.
Requests must state company name, address, telephone number, facsimile
number, solicitation number, and project title. Envelope front must
show the solicitation number. Checks shall be made out payable to the
Superintendent of Documents. Provide separate check for each project
requested. Checks containing payment for multiple projects will be
returned to requestor without action. Facsimile requests must state (1)
the above required company information, and (2) cardholder's name,
account number, and card expiration date. VISA, MasterCard and
Discovery Card are the only credit cards accepted. Firms requesting air
express service shall furnish completed airbills showing recipient's
name, company name, telephone number, company billing account number,
and type of delivery required. Firms with foreign delivery addresses
shall provide completed commercial or corporate invoices in addition to
the completed airbills. Failure to supply completed airbills and
commercial or corporate invoices (if applicable) will result in
solicitation documents being sent via regular U.S. mail, no exceptions.
Failure to provide any of the foregoing information, documents, and/or
payment may delay mailing of solicitation documents. SUMMARY: 1. Send
all requests and payments to the Defense Automated Printing Service
(DAPS) as addressed above. Do not send to the U.S. Army Engineer
District, Honolulu. 2. Solicitation documents will no longer be
available for purchase over the counter from the U.S. Army Engineer
District, Honolulu. 3. Provide separate check for each project
requested. Make checks payable to the Superintendent of Documents. 4.
DAPS will accept requests for solicitation documents via mail, courier
service, or facsimile in accordance with the above instructions.
Solicitation documents are not available for purchase or pick-up over
the counter at DAPS. 5. Allow up to five days from the date DAPS
receives requests for solicitation documents to be mailed out. 6.
Address inquiries regarding issuance of solicitations, amendments, and
plan holder listings to DAPS at (808) 471-0451. Address technical and
all other inquiries to the points of contact identified in this
document. Firms with internet access are requested to obtain plan
holder listings from DAPS website
http://www.hawaii.wnbt.daps.mil/ARMY/corps.htm. Project information, to
include solicitation issue dates, closing dates, etc., can be obtained
from the Honolulu Engineer District website
http://www.pod.usace.army.mil/ebs.html. For further technical
information regarding this solicitation, contact Helene Takemoto at
(808) 438-6931/1776 or Allen Chin at (808) 438-6974. SIC code for this
procurement is 8744; small business size standard is 500 employees.
Posted 10/15/98 (W-SN262656). (0288) Loren Data Corp. http://www.ld.com (SYN# 0008 19981019\B-0001.SOL)
B - Special Studies and Analyses - Not R&D Index Page
|
|