Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 15,2000 PSA#2537

Department of the Army, Baltimore District, Corps of Engineer, 10 South Howard Street, Room 7000, Baltimore, MD 21201-1715

C -- FIRM-FIXED PRICE A-E INDEFINITE DELIVERY TYPE (ENVIRONMENTAL) CONTRACT FOR FT. BELVOIR, VA, BUT MAY BE USED THROUGHOUT THE BALTIMORE DISTRICT SOL DACA31-00-R-0015 DUE 031600 POC Patty Hensley, 410-9962-7718/Technical POC Patrick McLaughlin, 703-806-4007 Project Description: (DACA31-00-R-0015) 1. CONTRACT INFORMATION: Firm-Fixed Price A-E Indefinite Delivery Type (Environmental) Contract for U.S. Army Garrison, Fort Belvoir, VA, but may be used throughout the Baltimore District. This is not a small business set-aside; however, to be considered a small business the Standard Industrial Code is 8711 and the size is $4,000,000. Contract will be for a 12-month period and will contain an option to extend for up to two additional periods. The contract amount for the base period and any option period will not exceed $1,000,000 each period. Individual task orders shall not exceed the annual contract amount. When one or more AE Indefinite Delivery-Type contracts with similar scopes of work exists, the basis for selecting an AE for a particular delivery order will be based on several factors. Among these factors are current capacity of the contracts, ability of the AE to perform the task in the required time, any unique specialized experience that the AE can offer, and performance and quality of deliverables under the AE's current IDTC, along with customer responsiveness. While this process is necessarily a "subjective" process, the intent of this contract is to satisfy customer needs in an expeditious and cost effective mode. The concentration of work will be for Fort Belvoir, VA, but may be used throughout the Baltimore District. NAB encourages WOSB and SDB participation as prime contractors. 2. PROJECT INFORMATION: The majority of Architect-Engineering work may consist of characterization/assessment and corrective/remedial activities at former Underground Storage Tank (UST) sites, at locations where a petroleum release has been documented or is suspected, or at former waste storage sites at Fort Belvoir, Virginia. At the sites designated by the Directorate of Installation Support, Environmental and Natural Resource Division (DIS-ENRD), the contractor shall provide site characterization and/or corrective action planning and implementation services per the requirements of the Virginia Department of Environmental Quality. Site assessment activities shall include but are not limited to any or all of the following: conducting background information reviews, obtaining utility clearance/drilling permits, performing field activities and laboratory analyses, conducting risk exposure assessments and remediation assessments, preparation of detailed site characterization final reports, and preparation and implementation of corrective action plans (CAPs) when required. In addition to the standard site characterization studies, the contractor may be required to perform additional activities at the request of the DIS-ENRD. These additional activities may include: tank system tightness/leak testing, performing additional laboratory analyses, additional soil borings, installation of additional monitoring wells, performing field screening activities, collecting additional field samples, passive collection of liquid phase hydrocarbons, performing in-situ hydraulic conductivity tests, field screening techniques such as immunoassay or similar procedures, implementing CAPs, operation and maintenance of remediation systems, and attending project meetings with federal, state, and local regulators. 3. SUBCONTRACTING PLAN REQUIREMENTS: If the selected firm is a large business concern, a subcontracting plan will be required with the proposal to the solicitation. It shall be consistent with Section 806 (b) of PL100-80, 95-507, and 99-661. A minimum of 65% of the total planned subcontracting dollars shall be placed with small business concerns. At least 10% of total planned subcontracting dollars shall be placed with small disadvantaged businesses, including Historically Black College and University or Minority Institutions, 8% with women-owned small businesses,, and a total of 1.5% shall be placed with Hubzone Small Business The plan is not required with this submittal. 4. SELECTION CRITERION: See Note 24 for general A-E selection process. The lead A-E firm should have the capabilities either in house or through the use of the subcontractors to provide the following: civil, mechanical, sanitary, environmental, surveying, geology, hydrogeology, chemist, and CADD. Firms must demonstrate in-depth knowledge of and experience in preparing UST Site Characterization Reports for the Virginia Department of Environmental Quality; knowledge of Commonwealth of Virginia and Federal environmental regulations; and ability to provide products that are directly transferable to an Intergraph Geographical Information System (GIS). Laboratory analytical services must be performed by an accredited U.S. Army, Corps of Engineers (USACE) laboratory with a turnaround time no more than two weeks. In addition to the specified requirements, for consideration firms must demonstrate: (a) past experience and capabilities in the type of work described above; (b) ability to respond and complete activities in a timely manner; (c) location of offices in proximity to Fort Belvoir, Virginia; (d) computer capabilities including Intergraph GIS and CAD capabilities; and (e) past performance on Government contracts in terms of cost, control, design, and meeting established schedules. 5 SUBMISSION REQUIREMENT: See Note 24 for general submission requirements. (Note 24 is written in detail in any Monday issue of the CBD). Interested firms having capabilities to perform this work must submit SF255 & SF254 for the prime and joint ventures(s) and SF254 for each subconsultant. In SF255, block 3b, provide the ACASS number for the prime firm, and in Block 6, provide the ACASS number for each consultant, (if available). Be advised that Baltimore District does not maintain SF254's on file. Notwithstanding the statements to the contrary in General Note 24 and Block 6 of the SF255, only SF254's submitted with the SF255 will be considered in the evaluation. Submit responses not later than March 16, 2000 to US Army Corps of Engineers, City Crescent Building, 10 South Howard St., Room 7000, Baltimore, MD 21201. Solicitation packages are provided only to the selected firm after selection approval. Results of selection will be mailed to non-selected firms approximately 70 days after closing of this announcement. Technical Point of contact, Patrick McLaughlin can be reached at (703)806-4007. Contracting Point of contact can be reached at Internet: Patty.Hensley@usace.army.mil or (410)962-7718. In order to comply with Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. For information regarding registration, contact: (1) CCR Web site at http://www.ccr2000.com (2)dial up modem at 614-692-6788 (User ID:ccrpud; Password:pub2ccri); (3) through any DoD Certified Value Added Network. To review the database, the web site is http://www. cr.2000.com. Additionally, a paper form for registration may be obtained from the DoD electronic Commerce Information Center at 1-800-334-3414. This is not a request for proposal. Posted 02/11/00 (W-SN424634). (0042)

Loren Data Corp. http://www.ld.com (SYN# 0018 20000215\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page