Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 25,1999 PSA#2310

A-E NEGOTIATIONS SUPPORT UNIT -- ENGRG, USAED, SACRAMENTO (FI), 1325 J STREET, SACRAMENTO CA 95814-2922

F -- INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR ENVIRONMENTAL ENGINEERING SERVICES FOR MILITARY/CIVIL WORKS WITHIN THE SOUTH PACIFIC DIVISION SOL DACW05-99-R-0013 DUE 042199 POC Purchasing Agent EIICH TAKAHASHI (916) 557-7265 (Site Code DACA05) WEB: http://www.spk.usace.army.mil/cespk-ct, http://www.spk.usace.army.mil/cespk-ct. E-MAIL: dstanley@spk.usace.army.mil, dstanley@spk.usace.army.mil. 1. CONTRACT INFORMATION: A-E services will be used for the South Pacific Division (SPD), Military and Civil Works, Hazardous Toxic and Radiological Waste (HTRW) mission. Work will predominantly be within the Sacramento District's area of responsibility, but could occur in other states as required by specific Federal Agency customers or at the direction of HQUSACE. A specific scope for work and services required will be issued with each task order. The contractor shall be responsible for design and drawings using computer-aided design and drafting (CADD) and delivering the three dimensional drawings in Autodesk AutoCAD CADD software, release 12, MS-DOS, Version 6.2 using Windows 3.1, electronic digital format. The Government will only accept the final product for full operation, without conversion or reformatting, in the Autodesk AutoCAD release 12 format, and on the target platform specified herein. The target platform is a 486DX with DOS version 6.2 operating system with Windows 3.1. Drawings produced by scanning drawings of record or containing photographic images shall be delivered in a raster format compatible with the target platform AutoCAD electronic digital format. Drawing files shall also be delivered in Computer-aided Acquisition and Logistic Support (CALS) electronic digital format. The specifications will be produced either in SPECSINTACT with the Standard Generalized Markup Language (SGML) or other word processing program compatible with WordPerfect 6.1 using the Corps of Engineers Military Construction Guide Specifications. Specification files shall also be delivered in PostScript electronic digital format. Responding firms must show computer and modem capability for accessing the Criteria Bulletin Board System (CBBS) and the Automated Review Management System (ARMS). The estimate will be prepared using Corps of Engineers Computer Aided Cost Estimating System (M-CACES) (software provided by Government) or similar software. "Year 2000 Compliance: the Architect-Engineer (A-E) shall insure thatthe 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." There may be multiple (up to 5) firms selected, and if more than one firm is awarded a contract, the award must take place within one year of the approved selection date. If more than one contract is awarded as a result of this announcement for the same or similar work, selection for task order awards will be made as follows: (1) All awardees will be given a fair opportunity to be considered for each task order award in excess of $2,500. (2) In making selection of the awardee to receive a specific task order, the Contracting Officer will consider past performance of previous task orders, quality of previous task orders, timeliness of previous task orders, cost control, the firm's strengths and previous experience in relation to the work requirements and geographic location described in the scope of work for each task order. Details of the selection process will be included in the resultant contracts, Section 00800, SAACONS 52.0216-4821, Task Order Selection Criteria and Procedures (Oct 1995). Firm-fixed price indefinite delivery, indefinite quantity contracts will be negotiated and the first is anticipated to be awarded in August 1999. Each contract will be for a one-year period not-to-exceed $1,000,000 for the basic year and two one-year options not-to-exceed $1,000,000 each. The options may be exercised at the discretion of the Government. At the discretion of the Government, the option years may be exercised early if the total Estimated Price is exhausted or nearly exhausted; any alteration in rate changes from one year to the next as negotiated into the contract will be negotiated as needed between the Government and the A-E. Task orders shall not exceed the annual contract amount. This announcement is open to all firms regardless of size. Should there be sufficient qualified 8a or small business response, the Corps reserves the right to split the requirement and conduct a separate restricted competition. All interested firms should apply. All interested Architect-Engineers are reminded that in accordance with the provisions of PL 95-507, they will be expected to place subcontracts with Small Disadvantaged Businesses to the maximum practicable extent consistent with the efficient performance of the contract. If a large business is selected, it must comply with FAR 52-219.9 regarding the requirement for a subcontracting plan on that part of the work it plans to subcontract. The recommended goal for the work intended to be subcontracted is 62% for small business. It further states that out of that 62% to small business, 10% is for small disadvantaged business (subset to small business) and 5% is for small business/woman owned (subset to small business). The firms selected for these contracts will be required to submit a detailed subcontracting plan at a later date. If the selected firms submit a plan with lesser goals, they must submit written rationale of why the above goals were not met. A detailed plan is not required to be submitted with the SF 255; however, the plans to do so should be specified in Block 10 of the SF 255. 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 groundwater sampling and testing; sampling and testing of underground storage tanks and miscellaneous containers; monitoring well installation; preparation of environmental documentation including health and safety plans, quality assurance and quality control plans, project management plans, data management plans, and community relations plans; related studies for water quality, storage tank leak detection, air emissions, low level radiation, preparation of design documents; preparation of feasibility studies; and preparation and coordination for permit applications. All sample testing shall be conducted using a Corps of Engineers validated laboratory. 3. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria are listed below in descending order of importance. Criteria "a" through "d" are primary. Criteria "e" through "g" are secondary and will only be used as "tie-breakers" among technically equal firms. a. Specialized experience and technical competence in: (1) Environmental investigation and feasibility studies at potentially contaminated sites, experience in characterization of site contamination, and experience in remedial design of hazardous waste and industrial process sites. (2) Environmental engineering services to include an in-depth knowledge of Federal and State environmental regulations, as well as in-depth experience in characterizing hazardous/toxic waste sites. (3) Firms should indicate in-house, consultant, or joint venture use when identifying specialized capabilities in geotechnical and environmental engineering; civil, chemical, and mechanical engineering; geology and ground water hydrology; industrial treatment processes; computer aided design drawings (CADD); chemistry; industrial hygiene, and asbestos certification (AHERA) as well as state licensing for asbestos consultants and technician levels. b. Past performance on DoD and other contracts with respect to cost control, quality of work and compliance with performance schedules. Consideration will be given, as appropriate, to superior performance evaluations on recently completed DoD contracts. c. Qualified professional personnel in the following key disciplines: Environmental and geotechnical engineers; civil, chemical, electrical and mechanical engineers; geology and groundwater hydrology; with support disciplines in compliance specialists, chemists, toxicologists, certified industrial hygienist, asbestos certification (AHERA), health physicists, risk assessors; technicians and CADD capabilities. The evaluation will consider education, training, registration, overall relevant experience and longevity with the firm. d. Capacity to accomplish the work in the required time frame, to accomplish multiple simultaneous task orders at different locations and the availability of an adequate number of personnel in key disciplines. e. Volume of DoD contract awards in the last 12 months as described below. f.Location of the firm in the general geographical area of the Sacramento District's area of responsibility. g. Extent of participation of small business, small disadvantaged business, woman owned small business, historically black colleges and universities or minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested A-E firms having the capabilities to perform this work are invited to submit ONE (1) completed SF 255 (11/92 edition) US Government Architect-Engineer and Related Services Questionnaire for Specific Project for themselves and ONE (1) completed SF 254 (11/92 edition) for themselves and one for each of their subcontractors to the office shown above, ATTN: A-E Negotiations Unit. In block 7 of the SF 255 provide resumes for all key team members, whether with the prime firm or a subcontractor; list specific project experience for key team members; and indicate the team members role on each listed project (i.e., project manager, design engineer, etc). In block 9 of the SF 255, responding firms must indicate the number and amount of fees awarded on DoD (Army, Navy, and Air Force) contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office only. In block 10 of the SF 255, provide the quality management plan and organization chart for the proposed team. A task specific quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. If multiple offices are proposed for execution of contract services, identify the capabilities of each office by discipline, identify the location of all key personnel, and demonstrate previous hazardous/toxic waste project experience where multiple offices were used successfully (include specific reference regarding methods for coordinating between offices). Firms should also indicate all applicable professional registrations and/or certifications of all personnel and subcontractors proposed to work on the contract. Responses received by the close of business (4:30 pm) on the closing date will be considered for selection. If the closing date is a Saturday, Sunday or Federal holiday, the deadline is the close of business on the next business day. No other notification will be made and no further action is required. Solicitation packages are not provided for A-E contracts. This is not a request for proposals. All responsible sources may submit the required SF 255 and SF 254 which shall be considered by the agency. See numbered Notes 24 and 26. Posted 03/23/99 (A-SN311655). (0082)

Loren Data Corp. http://www.ld.com (SYN# 0046 19990325\F-0003.SOL)


F - Natural Resources and Conservation Services Index Page