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