Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 17,1999 PSA#2347

US Army Corps of Engineers, New York District, Attn: CENAN-CT, 26 Federal Plaza, Rm 1843, New York, N.Y. 10278-0090

C -- INDEFINITE DELIVERY CONTRACT #41 FOR ENVIRONMENTAL SERVICES PRIMARILY WITHIN THE FORT MONMOUTH BOUNDARIES AND SUPPORTING AREAS SOL CBAEEN9-133-0008 POC Willien Cunningham, Procurement Assistant 212-264-9123 Scope of services required: The work will entail Environmental Engineering and other A/E services. The A/E will conduct geophysical investigations to locate underground storage tanks. The A/E will perform environmental engineering relating to hazardous waste sites, asbestos, lead, and cultural and natural resources. The A/E will investigate water quality and air pollution and make recommendations for clean air and clean water programs and prepare environmental assessment reports. One indefinite delivery contract will be negotiated and awarded with a base period not to exceed one year and two option periods not to exceed one year each. The amount of work in each contract period will not exceed approximately $1,000,000. Each delivery order will not exceed $1,000,000. An option period may be exercised when the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. Work will be issued by negotiated firm-fixed-price task orders. The Government's obligation to guarantee a minimum amount for payment will apply to all three periods. The guaranteed minimum is $20,000 for the first period and $10,000 for the second and third periods. Technical capability required: The preference is for a firm which is well-staffed having a strong background in environmental engineering and for a firm which has previous experience with environmental work on Army and Air Force installations. Firms must demonstrate in block 10 of SF-255 how they will manage subcontractors (if any) and in-house staff to insure quality control. The (prime) firm must identify in its submittal the quantity and disciplines in their working office. The selected firm must be able to provide services to Fort Monmouth and installations supported by Fort Monmouth within 75 miles of the post. These specific abilities are required: The firm must have lead disciplines in environmental and geotechnical engineering. In addition, the firm must have a certified asbestos specialist, a certified industrial hygienist, an architect, and structural, mechanical, civil, and electrical engineers. Special Qualifications: The firm must have experience in the preparation of environmental assessment reports, familiarity with the procedures and regulations of the New Jersey Department of Environmental Protection, the ability to prepare storm water pollution prevention plans, the software and hardware capability to operate the Hazardous Substance Material Tracking System, the ability to remove asbestos, PCBs and other hazardous materials, lead management program ability, clean water program ability, and clean air program ability. The firm should be familiar with state of the art pollution prevention technology. Responding firms should indicate their ability to access a Corps electronic bulletin board, the Automated Review Management System (ARMS), to use the M-CACES Gold edition estimating package, and to produce designs and or studies in the Metric System of measurements. Firms should have CADD capability to prepare drawings for environmental projects, which is compatible with the Director of Public Work's (DPW) Intergraph system. Submittals should include in section 10 of SF-255 examples of design work on prior projects that demonstrate the re-use of construction materials to achieve waste reduction and energy efficiency. Closing date for submitting SF-255: 30 days after advertising date. If this date falls on a Saturday, Sunday, or Holiday the closing date will be on the next business day. Firms must submit their qualifications on 11-92 version of SF-255 and SF-254. SF-254 should reflect the overall firm's capacity, whereas, SF-255 should reflect only the personnel dedicated to the specific project referenced in the submittal. These guidelines should be closely followed, since they constitute procedural protocol in the manner in which the selection process is conducted. Evaluation factors in descending order of importance:A. Primary Selection Criteria1. Specialized experience and technical competence in the type of work required.2. Professional qualifications necessary for satisfactory performance of required services.3. Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules.4. Capacity to accomplish the work within the required time. 5. Knowledge of the locality and location in the general geographical area provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Note: Firms are encouraged to submit from any geographical area. 6. Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. (If applicable)B. Secondary Selection Criteria 1. Extent of participation of small businesses, small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. 2. Geographic Proximity in relation to location of project.3. Volume of work previously awarded to the firm by the Department of Defense, with the object of effecting an equitable distribution among qualified A/E firms, including small and small disadvantaged business firms and firms that have not had prior DoD contracts. Approximate Start: March 2000 9. Approximate Completion: March 2003 Small and small disadvantaged firms are encouraged to participate as prime contractors or as members of joint ventures with other small businesses. All interested contractors are reminded that the successful firm will be expected to place subcontracts to the maximum possible extent with small and small disadvantaged firms in accordance with Public Law 95-507. If a large business firm is selected, a small business subcontracting plan will be required prior to award. Firms which have not previously applied for New York District projects and firms which do not have a current SF-254 on file with the New York District should submit two of the SF-254 with this initial response to CBD announcement. Firms using consultants should submit copies of the SF-254 for their consultants. a. Notification of all firms will be made within 10 calendar days after approval of the Final selection. Notifications will not be sent after preselection approval. The notification will say the firm was not among the most highly qualified firms and that the firm may request a debriefing.b. The A/E's request for debriefing must be received by the selection chairperson within 30 calendar days after the date on which the firm received the notification.c. Debriefing(s) will occur within 14 calendar days after receipt of the written request.d. Copies of all SF- 254s and SF-255s of all firms, which are not short listed, will be held for 30 calendar days after notifications are sent out. Three (3) copies of the submittals should be sent to Ms. Willien Cunningham, CENAN-EN-MR,Room 2037, 26 Federal Plaza, New York, NY 10278-0090, (212) 264-9123. Posted 05/13/99 (W-SN331059). (0133)

Loren Data Corp. http://www.ld.com (SYN# 0023 19990517\C-0007.SOL)


C - Architect and Engineering Services - Construction Index Page