Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 19,1998 PSA#2203

US 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