Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 26,1999 PSA#2291

National Guard Bureau, Environmental Acquisitions Division (NGB-AQE), 5109 Leesburg Pike, Suite 401B, Falls Church, VA 22041-3201

Z -- ENVIRONMENTAL ENGINEERING, PROFESSIONAL AND TECHNICAL SUPPORT AND REMEDIATION SERVICES SOL DAHA90-99-R-0001 DUE 052699 POC Steve Bitgood, Contract Specialist, 703-681-0614, Tony Burke, Contract Specialist, 703-681-0609, Mary Ellen Lewis, Contracting Officer, 703-681-0639 E-MAIL: ParkersonR@ngb.ang.af.mil, ParkersonR@ngb.ang.af.mil. <DESC>The National Guard Bureau proposes to procure environmental engineering, professional and technical support services and remediation services to support the Air National Guard throughout the United States and its territories. Contemplated are eight (8) national contracts (with the provision for work at DoD installations overseas) and one (1) for Army National Guard work at the Massachusetts Military Reservation (MMR). The scope of work consists of the full range of environmental engineering, professional, technical and remediation services to support the following Programs: (1) Installation Restoration . This Program involves the investigation and assessment of potentially contaminated sites, remedial design activities and remedial actions to include emergency, quick-response actions, and project closeout and other documents. Typical tasks or services under this scope include, Site Investigations, Management Action Plans, Remedial Investigations, Feasibility Studies, Remedial Designs, Removal and Remedial Actions, Operations, Maintenance and Monitoring, Project Closeout, Corrective Measures Studies, Corrective Action Plans, and Underground Storage Tank Site Assessments and Removal Actions; (2) Environmental Quality. This Program involves all aspects of environmental compliance and pollution prevention programs. It includes an assessment and program management system for achieving, maintaining and monitoring compliance with all environmental health and safety requirements. Typical tasks or services under this scope include Hazardous Waste Management Plans, Hazardous Material Management Data Entry and Support Assistance, Pollution Prevention Management, and Integrated Environmental Spill/Release Contingency Plans. Also included is Air Quality Management, including Air Emissions Inventories, Conformity Analysis/Determination, and Title V Permitting; (3) Environmental Planning. This Program involves the conduct of studies and assessments and the development of documentation to integrate environmental concerns into every phase of the planning process. This Program ensures an orderly development process and provides future planners with the documentation factors and rationale on the environmental consequences of proposed actions such as construction, aircraft or mission conversions, and military training activities. Typical tasks or services under this scope include Master Plans, Environmental Assessments, Environmental Impact Statements, and Environmental Baseline Surveys and (4) Natural and Cultural Resources. This sub-Program involves development of a variety of management plans to inventory and protect natural and cultural resources from environmental hazards. This Program ensures proper land use management, preservation of natural habitats and protection of rare, threatened and endangered species. Cultural resources management protects artifacts and historic structures from harm, respecting their significance and preventing impact from current and future planned activities. Typical tasks and services under this scope include Cultural Resource Management Plans, Biological Surveys, Integrated Land Use Management Plans, Bird Aircraft Strike Hazard Plans, Integrated Natural Resource Management Plans and Pest Management Plans. Community Involvement Support Services in each of these four areas may also be required. These descriptions are not all inclusive but instead are characteristic of the general program responsibility and reflective of some of the tasks and services that may be required under these proposed contracts. Contemplated are Indefinite-Delivery Indefinite-Quantity (IDIQ) Task Order contracts with the provision to award Firm Fixed-Price and Cost-Reimbursement task orders. Under the IDIQ Task Order contract arrangement, each contract holder will be given a fair opportunity to receive work. Except for the contract for MMR, each contract will contain a provision to allow use of the contracts by others within DoD and other federal civilian agencies. Each contract will include a base period and nine 1-year options, for a total of ten years if all options are exercised. Minimum contract dollar amounts will be $50,000 and the maximum will be the projected program maximum of $598 million for all contracts over the ten year period. Formal source selection procedures will be utilized and evaluation factors for award will include, in order of importance, Technical and Management Capability, Past Performance and Cost. Contemplated are seven unrestricted procurements for the full range of environmental services, six national and one for performance at MMR; two set-aside for small business, one for the full range of environmental services (SIC 8744) and one with a scope limited to cultural and natural resources services (SIC 8731). In accordance with FAR 52-219.9, Small Business Subcontracting Plans will be required prior to award of a contract to large business. The National Guard Bureau's goals require that a minimum of 20% of the total planned subcontract dollars be placed with small business concerns, at least 40% must be placed with small disadvantaged business concerns and at least 20% with women-owned business concerns. Excluding the contract for MMR, not more than one contract shall be awarded to one firm. In other words, it will be possible for one contractor to receive the award for work exclusively at MMR and one national contract. A Preproposal Conference will be held on 1 April 1999 at 1:00 PM at the Colorado Convention Center, Room A201, in Denver, Colorado. Prospective offerors are encouraged to attend. Prospective offerors are asked to review the solicitation and submit written questions broken down into two categories: (1) Technical Issues and Scope of Work -- Description of Services (2) Contracting Issues and Proposal Preparation. A separate submittal should be made for questions relating to MMR. Written questions should be submitted no later than Wednesday, 31 March 1999 by email to Richard Parkerson at ParkersonR@ngb.ang.af.mil. An attempt will be made to address all questions during the conference, therefore it is important that they be submitted by this date. An electronic solicitation will not be issued. Prospective offerors wishing a copy of the solicitation should respond to this notice by email to Richard Parkerson at ParkersonR@ngb.ang.af.mil. Respondent's should provide their firm's full name and address, email address, telephone and fax numbers, their size status and the procurement they are interested in, i.e., (a) Full Scope -- National, (b) Full Scope -- MMR, (c) SB Set-Aside -- Full Scope, or (d) SB Set-Aside -- Natural and Cultural Resources Services. The NGB's incumbent national and regional environmental prime contractors and the first 50 respondents will receive a copy of the solicitation (and subsequent amendments). All other respondents must obtain the solicitation from a Falls Church, Virginia Printer with whom the government has made arrangements. Respondents will be notified immediately by return email or fax of the Printer's name, telephone number and all other pertinent information, including the cost of the solicitation and mailing and handling charges. The date set for release of the solicitation is 25 March 1999. Proposals are due by 5 PM (Eastern Time) on 26 May 1999. Posted 02/24/99 (W-SN302114). (0055)

Loren Data Corp. http://www.ld.com (SYN# 0144 19990226\Z-0020.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page