Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 26,1998 PSA#2208

USAED, KANSAS CITY, 757 FEDERAL BUILDING, 601 E 12TH STREET, KANSAS CITY MO 64106-2896

C -- THREE INDEFINITE DELIVERY TYPE CONTRACTS FOR MISC MILITARY & CIVIL HAZARDOUS WASTE CLEANUP PROJECTS AND RELATED WORK UNDER THE JURISDICTION OF THE US ARMY CORPS OF ENGINEERS, KANSAS CITY DISTRICT SOL 046&&&-9810-0002 POC Janice Quilty for only the receipt of SF 255/254 packages information: E-mail janice.m.quilty@nwk02.usace.army.mil or FAX -- 816-426-5777 (Site Code DACW41) 1. CONTRACT INFORMATION: Selection will be made for at least three contracts. The contracts will be Indefinite Delivery Type Architect- Engineer Services Contracts each having a three-year base period with one two-year option.Individual task orders (T.O.) under the contracts will be of the cost-plus fixed fee or firm-fixed price type.Each of the contracts will be limited to a maximum amount of $15,000,000.00 with task order limited to $5M each.Each of the three contracts will have a guaranteed minimum of $300,000 for the base contract period and 1% of the remaining contract capacity or $150,000 whichever is less for the two year option period. T.O. will be issued as the need arises during the contract period. It is anticipated the first contract will be awarded not earlier than Jan 1999.One or more months may elapse between the the contracts awards. 2.PROJECT INFORMATION: These contracts will include investigations and design activities assigned to the K.C. District's HTRW Program.This program supportsvarious Federal, State, and Local Agencies. Approx. 70% of the workload is projected for Superfund projects in EPA Region II. Each contract will require work to be performed by firms experienced in a broad field of environmental remedial design and investigation and technical/enforcement support for EPA projects. For on-site investigations, firms must provide personnel with current safety training, as required by OSHA. Companies must also be capable of performing work on a wide variety of sites in a manner that complies with federal, state, and local regulations and laws, and within the time frames required. All chemical sampling and analysis shall be with EPA and Corps of Engineers (CE) methods and the laboratory will be subject to Government inspection and approval. 3.PRIMARY SELECTION CRITERIA: Primary selection criteria are listed in descending order of importance. (A) Specialized experience and technical competence:(FAR 36.602-1(a)(2)).The board will evaluate the specialized experience on similar projects and the technical capabilities of the prime firm and any subcontractors.The effectiveness of the proposed project team (including management structure; coordination of disciplines, offices and/or subcontractors; and prior working relationships) will also be examined. In Block 8, cite whether the experience is that of the prime (or joint venture), consultant or an individual. Work cited that is experience of prime (or joint venture) from an office other than that identified in Block 4 shall be so labeled. Specific specialized experience for this project is to be evaluated as follows (All specialized experience factors are listed in descending order of importance):(1)PCB, dioxin analyses, assessment and mitigation in soil and water;(2)design of mitigation and dredging of sediments contaminated with PCB, dioxin and other hazardous and toxic waste in rivers, harbors and estuaries;(3) regulations and practices pertaining to hazardous waste sampling, handling, transportation and disposal. Knowledge of local and state environmental regulations within the EPA Region II geographical jurisdiction have the greatest weight.; (4)cleanup of residences and schools contaminated with radiological waste;(5)risk assessment under CERCLA, RCRA, and TSCA. 5a.) Strong communication, public outreach and community relations experience. 5b.) Experience with area wide ground water contamination studies design and implementation; (6)site investigations, subsurface exploration; (7) chemical sampling, testing and analyses; (8)hazard evaluations; (9) feasibility and other engineering studies and reports; (10)archaeological investigations and mitigation; (11)wetlands determination and mitigation studies; (12)groundwater modeling; (13)fate and transport analysis, design; (14)preparation of plans and specifications; (15)cost estimating; (16)field inspections, oversight of RI,FS,RD and RA performed by other parties;(17)verification of existing conditions;(18)surveying and mapping;(19) community relations;(20)radiological and mixed waste;(21) construction phase services including reviewing of shop drawings and other engineering and design during construction of environmental type projects; (22)value engineering studies;(23)on-site investigations.Firms must provide personnel with current safety training, as required by the Occupational Safety and Health Administration (OSHA).(24)preparing drawings fully compatible with Intergraph's Microstation version 5.0 or higher. Data must be accessed directly by the target CADD system without translation, preprocessing or post processing of the electronic digital files. (Cite in Block 10 of SF 255.);(25)preparation of construction cost estimates utilizing MCACES Gold Version 5.3 OR MSW MCACES for Windows (Cite in Block 10 of SF 255);(26)quality management procedures. Include a proposed organizational chart and a narrative description of how the quality management procedures will function in Block 10 of SF 255.(A detailed quality control plan will be submitted by the A-E as part of the negotiations process.);(27)environmental assessments, NEPA documentation; (28)bench scale and pilot scale treatability studies.(B)Professional Qualifications (FAR 36.602-1(a)(1)). The board will evaluate, as approp. the education, training, registration, overall and relevant experience, and longevity with the firm of the key management and technical personnel. This criterion is primarily concerned with the qualifications of the key personnel and not the number of personnel, which is addressed under the capacity criterion. Responding firms should demonstrate the professional qualifications in these primary disciplines which are listed in descending order of importance. List professional registrations for the disciplines. (1)Environmental engineering;(2)Chemical process engineering;(3)Industrial hygiene;(4)Chemistry;(5)Hydrogeology;(6)Geotechnical engineering;(7)Cost engineering;(8)Toxicology;(9)Dredging engineering;(10)Risk Assessment; (11)Civil engineering;(12)Geology;(13)Community relations;(14)Waste water treatment engineering;(15)Healthphysics;(16)Archaeology;(17)Ecology; (18)Value engineering;(19)Mechanical engineering;(20)Electrical engineering;(21)Water resource engineering.(C)Past Performance (FAR 36.602-1(a)(4)). ACASS is the primary source of information on past performance (DFARS 236.602-1(a)(4). ACASS will be queried for all firms submitting a proposal.When deemed appropriate by the evaluation board, performance evaluations for any significant subcontractors who have previously been prime A-E contractors may also be considered, but the board is not required to seek other information on the past performance of a firm if none is available from ACASS. The board will consider the relevancy of each performance evaluation to the proposed contract, including the type of work, performing office, currentness, and whether subsequent evaluations indicate a change in a firm's performance. A firm that has earned excellent evaluations on recent DoD A-E contracts for similar projects will be ranked relatively high on past performance (DFARS 236.602-1(a)(6)(B)). The review of performance evaluations in ACASS satisfies the requirements of FAR 9.104-1(c) for reviewing the responsibility of contractors. In Block 10 of the SF 255, responding firms should list any current claims pending against any Federal agency. List should include date claim submitted, amount and status.(D)Capacity (FAR 36.602-1(a)(3)). The board will consider a firm's experience with similar size projects and the available capacity of key disciplines when evaluating the capacity of a firm to perform the work in the required times.Since it may be difficult for a firm to accurately predict required staffing based on the information in this synopsis, a firm will not be disqualified or downgraded because of its proposed number of personnel for a project shown in Block 4 of the SF 255. Instead, the board will consider the total strength of the key disciplines in the prime firm and its consultants in the offices proposed to perform the work in relationship to the firms' current workloads.The estimated maximum workload for any one year is $5,000,000. Greatest weight is on project resources available to serve in EPA Region II. (E)Knowledge of the Locality (FAR 36.602-1(a)(5)). A firm may not be located close to a project but still be familiar with certain site conditions. Examples of knowledge of the locality include knowledge of state and local regulatory agencies, geological features, climatic conditions or local construction methods that are unusual or unique. Emphasis is on knowledge of EPA Region II Superfund projects but firms should also demonstrate knowledge of EPA Region VII remediation projects. Work under these contracts may be in a widely dispersed geographic area, therefore, responding firms should demonstrate the extent of their capabilities to serve projects located in the USACE Northwestern Division and projects located in EPA Region II. Greatest weight is on ability to serve projects located in EPA Region II. 4. SECONDARY SELECTION CRITERIA. The following secondary criteria will not be applied by a pre-selection board, and will only be used by a selection board as a "tie-breaker" if necessary, in ranking the most highly qualified firms. The secondary criteria will not be commingled with the primary criteria in any type of scoring or evaluation system. The secondary selection criteria are listed in descending order of importance. (A)SB and SDB Participation (DFARS 236.602-1(a)(6)(C).The extent ofparticipation of SB,SDB,historically black colleges and universities(HBCU), and minority institutions (MI) will be measured as a percentage of the total anticipated contract effort, regardless of whether the SB, SDB,HBCU, or MI is a prime contractor, subcontractor, or joint venture partner;the greater the participation, the greater the consideration. Large businesses will be expected to place subcontracts to the maximum practical extent with Small and Small Disadvantaged firms in accordance with Public Law 95-507. Of the subcontract amount, goals assigned to the KCD are 61.2%for small business, 9.1% for small disadvantaged business and 4.5% for small women owned business concerns. For informational purposes, the small business size to this solicitation is one where the average annual receipts of the concern and its affiliates for the preceding three (3) fiscal years does not exceed $2.5 million, the SIC Code is 8712. (B) Volume of DoD Contract Awards (DFARS 236.602-1(a)(6)(A)). The overall most highly qualified firms will not be rejected solely in the interest of equitable distribution of contracts. In Block 10 of the SF 255, responding firms should cite all contract numbers, award dates and total negotiated fees for any DoD contract awarded within the last 12 months. Please indicate all task orders or modifications awarded your firm by DoD agencies within the last 12 months under an indefinite delivery type contract. Indicate date of T.O. and fee for each. 5.SUBMITTAL REQUIREMENTS:Interested firms having the capabilities to perform this work must submit five copies of SF 255 to the address listed below by the close of business on November 24, 1998. There is a page limit of twenty pages for the information in Block 10 of the SF 255. Each firm/consultant listed within the SF 255 must have a current SF 254(submitted within the last 12 months) on file with the Corps of Engineers, or one must be submitted with this package.Solicitation packages are not provided. This is not a request for proposal. Submit responses to: U.S.Army Eng Dist, K.C.,757 Federal Bldg., 601 E. 12th St., ATTN: CENWK-CT-H/Quilty, K.C., MO 64106-2896. 6 QUESTIONS: Questions of a technical nature should be addressed to Mark Keast, at 816-983-3579, and those of an administrative nature to Ms.Wendy Rigoli, Contract Specialist, at 816-983-3822. Posted 10/22/98 (I-SN264544). (0295)

Loren Data Corp. http://www.ld.com (SYN# 0017 19981026\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page