Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 23,1998 PSA#2227

US Army Corps of Engineers, CESPL-CT, P.O. Box 532711, Los Angeles, CA 90053-2325

C -- ONE ARCHITECT-ENGINEER DESIGN CONTRACT FOR ENVIRONMENTAL INVESTIGATION AND DESIGN SERVICES FOR PROJECTS WITHIN THE LOS ANGELES DISTRICT'S AREA OF RESPONSIBILITY (SO. CA, AZ, SO. NV) SOL DACA09-99-R-0002 POC A/E Contracting Branch, Tina Frazier at (213) 452-3252 or Marcy Zamora (213) 452-3250, Technical Information, Jeff Armentrout (213) 452-3720 1. CONTRACT INFORMATION: Architect-Engineer Services (Brooks A-E Act, PL 92-582) for Indefinite Delivery Contract for a one-year period for Environmental Engineering Investigation for the Los Angeles District Army Corps of Engineers (BLOCK 1 of SF 255). The work and services will be for active or formerly used military installations, and other Federal and State agencies. This solicitation is 100% set-a-side for Small Business, only Small Businesses will be considered for award. There will be one (1) indefinite delivery contract for Architect-Engineer (A-E) services. The top ranked firm will be awarded the contract. Yearly cumulative amount of individual task orders per contract not to exceed $1,000,000.00. The contract will include an option for extension second and third year with additional amount for each optional year not to exceed $1,000,000.00. If contract amounts for the base year period or preceding option year periods has been exhausted or nearly exhausted the Government has the option to exercise contract options before the expiration of the base year period or preceeding option year periods. The options may be exercised at the discretion of the government. Task orders shall not exceed the annual contract amount. Task orders shall be firm fixed price. The estimated contract start date is April 1999 for a period of 12 months (through April 2000). Work is subject to availability of funds. Estimated construction cost is not applicable. "Year 2000 Compliance; the Architect-Engineer (A-E) shall insure that the hardware, firmware, software, and information technology systems separately or in combination with each other or other elements specified in the documents developed under this contract shall be year 2000 compliant in accordance with FAR 39.106." This solicitation is open to firms with knowledge and familiarity in Environmental Laws and Regulations such as the Resource Conservation and Recovery Act (RCRA), the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), the Superfund Amendments and Reauthorization Act (SARA), the National Contingency Plan (NCP), the National Environmental Policy Act (NEPA), the Clean Water Act (CWA), and the Clean Air Act (CAA). 2. PROJECT INFORMATION: Task orders to be issued under this contract will require professional services for pre-design and design work which may include soil, surface water, and ground water sampling and testing; sampling and testing of underground storage tanks and miscellaneous containers; site investigations and remedial investigations of surface and subsurface contaminants; preparation of environmental assessments incidental to remedial investigations; preparation of environmental documentation including health and safety plans, quality assurance and quality control plans, project management plans, and data management plans; related studies and surveys for water quality, storage tank leak detection, low level radiation, mine waste, and asbestos and lead based paint; preparation of cost estimates (MCACES); and other miscellaneous requirements. Documentation of sites potentially impacted by HTRW or natural resource issues may require the following: preparation of Preliminary Assessment (PA) Reports (historical data search), Site Investigation (SI) Studies, Design Plans, Remedial Investigation/Feasibility Study (RI/FS) Work Plans and Reports, Human Health Risk Assessments, Ecological Risk Assessments, Fate and Transport Modeling, input to NEPA/CEQA documents, engineering services during remediation, review of post closure documents and site activities for CERCLA/RCRA compliance, review periodic submittals from PRP's to document compliance, provide technical support to environmental investigations through the use of Restoration Advisory Boards (RABs) and other forms of Public Involvement support, and conduct site visits to review record keeping and environmental monitoring. In Block 10 of the SF 255 describe owned or leased equipment that will be used to perform this contract, as well as CADD capability, and laboratory testing capability (state certified; COE validated). 3. SELECTION INFORMATION: See Note 24 for general selection process. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria "a" through "e" are primary. Criteria "f" through "h" are secondary and will be used as "tie-breakers" among technically equal firms. a. Professional Qualifications in environmental engineering, civil, mechanical and chemical engineering, industrial hygiene, geology, groundwater hydrology, with supporting disciplines in cost estimating, compliance specialists, chemists, toxicologists, health physicists, risk assessors, technicians and CADD capabilities. The evaluation will consider education, training, registration, overall relevant experience and longevity with the firm. b. Specialized experience and technical competence in (1) site investigations and feasibility studies (soil, groundwater) at potentially contaminated sites, remedial action work plans, design of remedial technologies (bioremediation, natural attenuation, soil vapor extraction, excavation, thermal treatment, etc), (2) Experience in characterization of site contamination, (3) Environmental engineering services to include an in-depth knowledge of Federal and State regulations, as well as in-depth experience in characterizing hazardous/toxic waste sites. c. Capacity to accomplish the work in the required time, to accomplish multiple simultaneous task orders at different locations and the availability of an adequate number of personnel in key disciplines. d. Past performance on DOD contracts. e. Knowledge of the locality. f. Location of the firm in relation to the general geographic area of the Los Angeles District's area of responsibility. h. Equitable distribution of DOD contracts. All firms that submit an SF 255 shall be notified with a post card acknowledging receipt of their response. The firms which are not recommended by the Pre-Selection Board and firms which are considered by the Selection Board but are not ranked for negotiation shall be notified with a letter after selection for an award. The firms which are ranked for negotiation but are not selected for an award shall be notified after the award of the contract. The contract award shall be announced in the Commerce Business Daily. 4. SUBMISSION REQUIREMENTS: Interested A-E firms having the capabilities for this work are invited to submit one (1) completed Standard Form (SF) 254 and 255, revised editions dated November 1992, Architect-Engineer and Related Services Questionnaires for the prime and one (1) SF 254 for each subcontractor/consultant, by addressing a transmittal letter to the office shown. Lengthy cover letters and generic corporation brochures, or other presentations (such as binding of SF 254 and 255) beyond those sufficient to present a complete and effective response are not desired. Phone calls and personal visits are discouraged. Response to this notice must be received within 30 calendar days from the date of issuance of this synopsis. If the 30th day is a weekend day or Federal holiday, the deadline is the close of business of the next business day. Include ACASS number in Block 3b. Call the ACASS Center at (503) 808-4593 to obtain a number. No other general notification will be made of this work. Solicitation packages are not provided for A-E contracts. Firms desiring consideration shall submit appropriate data as described in numbered Note 24. Posted 11/19/98 (W-SN273096). (0323)

Loren Data Corp. http://www.ld.com (SYN# 0021 19981123\C-0008.SOL)


C - Architect and Engineering Services - Construction Index Page