Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 14,2000 PSA#2556

General Services Administration, Public Buildings Service (PBS), Potomac Service Delivery Team (WPG), 7th & D Streets, SW, Room 6901, Washington, DC, 20407

Z -- CONSTRUCTION SERVICES CONTRACT FOR ENVIRONMENTAL REMEDIATION SERVICES FOR THE NON-PERMITTED LANDFILL AREAS, LORTON CORRECTIONAL COMPLEX, LORTON, VIRGINIA SOL GS11P00MAC0536 DUE 050100 POC Ronald Noll, Contracting Officer, Phone (202) 708-9770, Fax (202) 260-6388, Email ronald.noll@gsa.gov -- Ronald Noll, Contracting Officer, Phone (202) 708-9770, Fax (202) 260-6388, Email ronald.noll@gsa.gov WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=GS11P00MAC053 6&LocID=302. E-MAIL: Ronald Noll, ronald.noll@gsa.gov. The General Services Administration (GSA) hereby notifies of intent to issue a Request for Proposal (RFP) in a negotiated procurement for Environmental Remediation Services for the Non-Permitted Landfill Areas _ Lorton Correctional Complex, Lorton, Virginia. The Scope of Work includes the remediation of contaminated soil in an area of non-permitted landfill activity. The project requires the excavation of soil and buried solid waste in several locations of close proximity, segregation of similar contaminated soil types, transportation for off-site treatment or on-site treatment (if accepted as the most economical method), and proper disposal off-site as a solid or hazardous waste. The primary soil contaminants are lead, petroleum hydrocarbons, fly ash, metallic and non-metallic solid waste, and construction debris. The approximate amount of soil requiring excavation and is 150,000 to 250,000 cubic yards over approximately 6 acres. Site restoration includes level grading excavated areas and grass seeding. No building demolition is expected. The Contractor must provide all project supervision, labor, materials, supplies, laboratory services, treatment units, and equipment (unless otherwise provided and specified in the contract documents). The Contractor must also plan, schedule, coordinate, and obtain required permits to assure effective performance during the course of the remediation project to ensure that all objectives are met in accordance with all contract documents, specifications, and drawings. The Contractor will be solely responsible for adhering to all local, state, and federal laws, regulations and standards during the execution of the project. Estimated construction cost range is $2.5M -- $4M. One Contract will be awarded based on Technical Evaluation Factors and Price specified in the RFP. The Base Contract work will be as generally noted above with lump sum pricing; unit pricing; and pricing factors including the Daily Rate in dollars per day for Home Office unabsorbed overhead and extended Field Office overhead. Competitive formal source selection procedures will be used in accordance with FAR 15. The contract will be Firm Fixed Price. The _tradeoff process_ is the method that will be used to evaluate price and other factors specified in the solicitation, with the goal and objective being to select the proposal that offers the best value to the Government in terms of performance, quality and pricing. Technical evaluation factors when combined are significantly more important than price. The Technical Evaluation Factors are: EXPERIENCE (25%) The Offeror must demonstrate its experience as a General Contractor (GC) responsible for the Environmental Remediation of at least two (2) similar projects, within the past five (5) years. Similar project is defined as a project that is comparable in nature, type, and complexity to the project in this solicitation, and meets all two (2) of the following characteristics. (a) Remediation was for an environmental site, including excavation of soil, on-site treatment or off-site treatment, proper disposal off-site as a solid or hazardous waste and site restoration. (b) Remediation was not less than 100,000 cubic yards OR the cost at award was not less than $2 million. PAST PERFORMANCE (20%) The Offeror must have satisfactory performance as a General Contractor (GC) responsible for the Environmental Remediation of at least two (2) similar projects, within the past five (5) years. KEY PERSONNEL (15%) The Offeror must identify the individuals proposed for the following positions _ Project Manager, Health and Safety Officer, and Project Supervisor/Superintendent. MANAGEMENT PLAN & SCHEDULE (35 %) Offeror must demonstrate its understanding of the scope of work by providing a Management Plan, including organization of personnel, documenting site progress, handling of change orders, and a technical approach with a brief description for proposed site layout and engineering controls, excavation and materials handling plan, and a treatment and disposal plan. Offeror shall provide contract duration at the completion of which all work must be substantially complete as determined by the Contracting Officer. In addition, offeror shall provide duration for each task activity. Specified duration must be based on a submitted preliminary project schedule that demonstrates that each activity and the project can be completed within the duration given. Under no circumstances can the proposed contract duration exceed 200 calendar days. SUBCONTRACTING PLAN (5%). Large firms are advised that the government goals for work that is subcontracted are: 37% for small business, 12% for small disadvantaged businesses, and 5% for small women owned businesses. This solicitation is not set-aside for small business. However, this procurement is being made under the Small Business Competitiveness Demonstration Program. The Standard Industrial Code (SIC) is 1629 (Heavy Construction) and the small business size standard is $17 million. The RFP will be available for Issuance on or about 03/29/00, and will be due on or about 05/01/00 to the Contracting Officer in Washington, DC by 3:30 pm local time. The RFP Volume I, Uniform Contract Format Sections A thru M, and RFP Volume II Technical Scope of Work (Comprehensive Site Characterization/Remedial Work Plan) will be issued by the Contracting Officer at GSA/NCR/PBS in Washington, DC, and posted electronically on the www.eps.gov website. A pre-proposal site visit will be held on Wednesday, April 12, 2000 at 9am, to commence at GSA_s Security Office located at 9501 Furnace Road, Lorton, Virginia. To request a copy of the solicitation (RFP), Volume I and Volume II, by writing to GSA/NCR/PBS, Bid Room, 7th & D Streets, SW, Room 1065, Washington, DC 20407. (or Fax 202-205-2808) The Contracting Officer_s fax is 202-260-6388. Telephone requests for the RFP will not be accepted. Posted 03/10/00 (D-SN433257). (0070)

Loren Data Corp. http://www.ld.com (SYN# 0132 20000314\Z-0016.SOL)


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