Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 7,1999 PSA#2450

USARMY ENGR. DIST., ST. LOUIS, CORPS OF ENGINEERS, 1222 SPRUCE STREET, ST. LOUIS MO 63103-2833

C -- INDEFINITE DELIVERY A-E CONTRACT FOR HTRW INVESTIGATIONS AND REMEDIATION OF ENVIRONMENTAL PROGRAMS AND PROJECTS MANAGED BY THE ST. LOUIS DISTRICT SOL W81C8X-9180-5838 A POC Cost Engineering and Contracts Management Branch, JIM LAMKINS, (314) 331-8307; Contracting Officer, THOMAS E. MERCER, Major, US Army, (314) 331-8528 (Site Code DACW43) WEB: http://mvs-www.mvs.usace.army.mil/ct/ct.htm, http://mvs-www.mvs.usace.army.mil/ct/ct.htm. E-MAIL: Joann.C.Moritz@mvs02.usace.army.mil, Joann.C.Moritz@mvs02.usace.army.mil. I. CONTRACT INFORMATION: Services of a qualified A-E firm are sought for Hazardous, Toxic and Radioactive Waste (HTRW) investigations and remediation of environmental programs and projects managed by the St. Louis District, U.S. Army Corps of Engineers. One contract will be negotiated and awarded. This solicitation does not supersede contracts previously awarded for similar work by other Corps Districts. The contract will be cost-plus-fixed-fee (CPFF). The contract will have a base period not to exceed one year and four option periods not to exceed one year each. The amount of work in the base period will not exceed $7,500,000.00 and each option period will not exceed $7,500,000.00. The option period may be exercised when the contract amount for the base period/option period has been exhausted or nearly exhausted. Work will be issued by individual task orders not to exceed the period amount. The contract is anticipated to be awarded in February 2000. The announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals are a minimum of 40% of the contractor's intended subcontract amount be placed with small businesses (SB), including small disadvantaged business (SDB), 10% be placed with SDB, 5% with woman-owned small business, and 1% with HUB Zone business. The plan is not required with this submittal. II. PROJECT INFORMATION: The contract will include services for Remedial Design Support, Administrative Record/Document Management, Data Management, Technical/Regulatory Integration, Confirmation of Remedial Actions, On-Site Laboratory(ies), Environmental Decision Documentation, Environmental Monitoring & Radiological Support and Project Controls necessary for the execution of the St. Louis District's Formerly Used Sites Remedial Action Program (FUSRAP). The FUSRAP sites contain low-level radioactivecontaminated materials and may contain chemically contaminated materials from the processing of uranium for the Manhattan Engineer District and the Atomic Energy Commission. The FUSRAP programs include sites located in and around the metropolitan St. Louis area in both Missouri and Illinois, but the Government may, at its discretion and concurrence of the Contractor request the Contractor to perform work in other geographical regions in or out of the St. Louis District's boundaries. Additional FUSRAP information is available on the District's website: www.mvs.usace.mil. III. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria are listed in descending order of importance (first by major criterion and then by sub-criterion). Criteria A through E are primary. Criteria F through H are secondary and will only be used as a "tie-breaker", if necessary, among technically equal firms. A. SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: 1. Experience and demonstrated success in preparing environmental decision documents involving both chemical and radiological risks under the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA). Environmental, Safety and Health support including radiological protection, industrial safety, environmental monitoring and reporting. Demonstrated experience in the preparation and design of cost-effective remedial actions under CERCLA. Demonstrated site characterization and verification experience involving low-level radioactive constituents. 2. Development and execution of field sampling and analysis associated with site characterization design/verification, risk assessment and engineering during construction. Experience with operating on-site laboratories and testing facilities. 3. Design services including design reviews, conceptual up to and including detailed plans and specification bid packages. Producing CADD drawings in a format fully compatible with the current version of Microstation. 4. Overall program support as required in project controls, quality assurance, administrative record/document management, data management, generation of characterization/verification reports using GIS and 3D. 5. Management of cost reimbursable contracts, including an explanation of the firms cost accounting system. 6. Overall corporate success in providing USACE project support services in project controls, Quality Assurance and administrative record documentation. 7. Demonstrated experience at implementing and executing information technology tools related to environmental project management. 8. Experience and demonstrated success in supporting environmental related community relations programs. B. PROFESSIONAL QUALIFICATIONS: The board will evaluate, as appropriate, the education, training, registration, overall and relevant experience and longevity with the firm of the key management and technical personnel. Responding firms should demonstrate the professional qualifications in these primary disciplines which are listed in descending order of importance. List professional qualifications for the disciplines: environmental engineering, civil engineering, health physics, hydrogeology, regulatory specialist, chemistry, risk assessment and industrial hygiene. Other required engineering disciplines include: chemical process engineering, geotechnical engineering, cost engineering, value engineering, mechanical engineering, electrical engineering, and water resource engineering. Other required disciplines include: geology, toxicology, ecology and community relations. C. PAST PERFORMANCE: ACASS is the primary source of information on past performance. 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, when the work was performed 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. 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. The list should include the date of the claim submitted, the amount and the status. D. CAPACITY TO ACCOMPLISH THE WORK: The board will consider a firm's experience with similar size projects, the available capacity of key disciplines, the current workload and the number of subcontractors when evaluating the capacity of a firm to perform the work within the required timeframe. E. KNOWLEDGE OF THE LOCALITY: Specific knowledge of the local conditions in and around the St. Louis Metropolitan Area to include geological features, local construction methods, local laws and regulations. F. SB AND SDB PARTICIPATION: Extent of participation of small businesses (including women-owned), 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. G. GEOGRAPHIC PROXIMITY: Location of the firm in the general geographical area of the St. Louis Metropolitan Area. H. EQUITABLE DISTRIBUTION OF DOD CONTRACTS: Volume of DoD contract awards in the last 12 months as described in Note 24. IV. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Firms having capabilities to perform this work and who desire to be considered must submit two completed copies of SF 255 (11/92 edition) and two completed copies of SF 254 (11/92 edition) for the prime firm and all consultants, to the above address (ATTN: CEMVS-ED-C/Lamkins) not later than the close of business on the 30th day after the date of this announcement. The date of this announcement is defined as publication in the CBD, also referred to as printed issue date. If the 30th day is a Saturday, Sunday or Federal holiday, the deadline is the close of business of the next business day. Solicitation packages are not provided. Include the firm's ACASS number in SF 255, Block 3b. For ACASS information, call 503-808-4591. No other notification to firms under consideration for this work will be made. This is not a Request For Proposal (RFP). Questions concerning the proposed contract should be addressed in writing to Mr. Lamkins at the above address or via e-mail at Jim.Lamkins@mvs02.usace.army.mil. Responses will be furnished via the internet at www.mvs.usace.army.mil, click on Contracting, then Pre-Solicitation Notices -- AE Services, then select HTRW AE Q & A. Posted 10/05/99 (A-SN389080). (0278)

Loren Data Corp. http://www.ld.com (SYN# 0014 19991007\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page