Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 15,2000 PSA#2557

ASC/PKWOE 1940 Allbrook Drive, Suite 3 Wright-Patterson AFB, OH 45433-5309, 45433

C -- ENVIRONMENTAL/ENGINEERING SERVICES SOL F33601-00-R0016 DUE 042600 POC David Dihrkop,(937) 257-9950 x4139 WEB: 00R0016-Environmental/Engineering Services, http://www.pixs.wpafb.af.mil/pixslibr/00R0016/00R0016.asp. E-MAIL: dave.dihrkop@wpafb.af.mil, dave.dihrkop@wpafb.af.mil. Background "Architect and Engineering services are required for Environmental/Engineering Services in support of both the 88th Air Base Wing and the Aeronautical Systems Center (ASC) Offices of Environmental Management at Wright-Patterson AFB, OH. Primary services required are (1) Environmental Compliance; (2) Pollution Prevention; (3) Environmental and Land-Use Planning; and (4) Environmental Engineering. Environmental compliance projects include tasks such as environmental studies and audits, developing pollution control technologies, preparing permits, and developing and maintaining action/management plans. Pollution prevention projects include tasks such as developing pollution prevention plans, establishing inventories for hazardous materials and municipal solid waste streams, conducting pollution prevention opportunity assessments, evaluating the economic and technical feasibility of process changes and recycling alternatives, creating tracking systems, developing and applying training plans and materials. Environmental planning projects would include such tasks as preparing environmental impact statements, environmental assessments, findings of no significant impact, baseline surveys, mitigating plans, socioeconomic surveys and natural and cultural resources activities such as wetlands delineation, threatened and endangered species reviews, historical, archaeological and cultural resource review and plans. Environmental engineering projects would include such tasks as long-range and strategic planning, preliminary site investigation work and analysis (CERCLA/RCRA), engineering analysis, statistical analysis, surveys, preparation of programming documents, Requirements and Management Plans (RAMPS), Statements of Work (both project-specific and model), project designs (including project definition and detailed design documents), cost estimates (including parametric, detailed, value engineering, life-cycle costs, and economic analysis), operation and maintenance manuals, performance specifications, and providing construction oversight, quality assurance/quality control, and public affairs support. Firms responding to this announcement are encouraged to highlight their present and anticipated capabilities in terms of products and services as they relate to the above areas. With regard to future capabilities, firms should describe how existing resources would be applied against these capabilities and how these anticipated capabilities could be used in the areas described above. Firms should be multi-disciplined and/or clearly indicate their subcontractors and consultants. Joint ventures are encouraged. Firms should indicate resources available to accomplish work (e.g. computer design, laboratories, local resources, etc.). Selection criteria will include (in order of importance): (1) Specialized technical experience and capability, recent experience (the last three years), and anticipated future capabilities of the firm (including first tier subcontractors/consultants) in performing the types of services anticipated under this contract as outlined above; (2) Professional qualifications, certifications, and specialized experience of the team members (including first tier subcontractors/consultants); (3) Capacity to accomplish the work in the required time, including rapid response when necessary. Indicate the firm's present work load (in section 10 of the Standard Form 255) and the availability of the project team (including first tier subcontractors/consultants) for the specified contract performance period; (4) Past performance on contracts with Government agencies and private industry in terms of: cost control, quality of work, and compliance with performance schedules. The contractor shall include appropriate contract numbers and points of contact; (5) Proximity to WPAFB, OH; (6) Volume of work previously awarded to the firm by the DOD, especially the Air Force, with the object of effecting equitable distribution of A-E contracts among qualified firms. Up to three (3) ID/IQ contracts will be awarded. The basic award period for these contracts will be for one year from the date of contract award and will contain four annual option periods. Total performance period of the contracts will not exceed 60 months from date of award. The anticipated cumulative amount for the contracts will not exceed $25 million. The contracts can not exceed a total of $25 million per year per contract, and can not exceed a maximum of $10 million per order per contract. Of the multiple ID/IQ contract awards anticipated, one (1) contract will be issued on a full and open competition basis, one (1) will be issued as a Small Business set aside, and one (1) as a 8 (a) set aside. The 8(a) set aside will be a separate action, and responses are not solicited by this announcement for the award of the 8 (a) set aside. If no qualified small business concerns are identified for award, the government reserves the right to award the set aside actions to other qualified offerors. The government reserves the right to award no contract at all depending on the quality of the responses and the availability of funds. The A-E firm may be required to provide services nationwide for ASC management of Government owned Contractor Operated(GOCO) sites. The Standard Industrial Classification (SIC) code is 8744 (500 employees). All firms desiring consideration shall submit two (2) copies of Standard Form (SF) 254 and SF 255 as they pertain to the prime and first tier subcontractor/consultant. Specifications/plans/""bidder's list"" (solicitation packages) are not available. Only responses received by 4:00 P.M. 26 April 2000 will be considered. This is not a request for proposal. Industry day for the subject solicitation is scheduled for 27 Mar 00 at 1:00 P.M. at Wright-Patterson AFB Medical Center Auditorium, and is being conducted jointly with the Industry Day for the Remedial Action requirement (reference Solicitation Number 00R0007CY entitled ""Environmental Support Program"". To obtain passes to attend Industry Day submit the following information on company letterhead: individual's name, social security number, phone number and fax number. Participation is limited to no more than three individuals per firm. Submit your request for passes no later than 4:00 p.m. on 23 Mar 00 to ASC/PKWOE, Attn: David Dihrkop, 1940 Allbrook Dr., Suite 3, Wright-Patterson AFB, OH 45433-5309 or fax to (937) 257-2825. Individuals who have requested passes, must enter WPAFB through gate 12A before proceeding to Wright Patterson AFB Medical Center auditorium. FOREIGN NATIONALS REQUIRING BASE PASSES TO ATTEND INDUSTRY DAY MUST PROMPTLY NOTIFY ME IN WRITING TO ALLOW PROCESSING OF REQUIRED DOCUMENTATION THROUGH THE FOREIGN DISCLOSURE OFFICE. See CBD Numbered Notes 2 and 24, and Local Notes B and H. 1. Solicitations will only be issued to those firms selected following final selection board evaluations/rankings. 2. You are not required to register. However, when you register you should receive notice of any amendments/addenda that may be issued. " Posted 03/13/00 (D-SN433656). (0073)

Loren Data Corp. http://www.ld.com (SYN# 0022 20000315\C-0006.SOL)


C - Architect and Engineering Services - Construction Index Page