Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 17,2000 PSA#2580

USAED, Kansas City, 757 Federal Building, 601 E 12th Street, Kansas City, MO 64106-2896

F -- LONG TERM OPERATION AND MAINTENANCE RESPONSE ACTION CONTRACTS FOR WORK ASSIGNED TO THE NORTHWESTERN DIVISION OF THE CORPS OF ENGINEERS AND EPA REGION II, SMALL BUSINESS SET ASIDE SOL DACW41-00-R-0011 DUE 061500 POC Contract Specialist Trisha van Bleisem 816-983-3823 E-MAIL: Trisha van Bleisem, Contract Specialist, Contracting, patricia.a.vanbleisem@nwk02.usace.army.mil. The Government may elect to award at least two (2), but not more than five (5) -- three-year base multiple award indefinite-delivery type contracts to small businesses under a Small Business Set Aside (SBSA). The Joint Total Acquisition Value of contracts awarded under this solicitation may not exceed $125,000,000. The base period guaranteed minimum will be 2% of the stated maximum or $500,000, whichever is less. The option period guaranteed minimum will be 1% of the remaining contract capacity or $250,000, whichever is less, if the option is exercised. The maximum individual total contract value for each contract is limited to the $125M cumulative value of all contracts awarded under this solicitation. Any additional task orders will be awarded based on the subjective determination of the Contracting Officer. Pre-determined selection criteria, such as competition based on price and past performance will be used in issuing Task Orders and provide the contractors a fair opportunity to be considered for each task order. Such subjective determination will consider the contractor's past performance of cost, technical and schedule management and any other factors that the Contracting Officer believes relevant to the award of each new task order. Contract will include Cost-Reimbursement and/or Firm Fixed-Price task orders. Contracts will be Indefinite Delivery/Indefinite Quantity (ID/IQ), and will be issued for a base period of three years. There will be one (1) two-year option period if the option is exercised. There is no annual limit and no task order limit other than the maximum joint acquisition value. The contracts to be awarded may require personnel, plant and equipment to operate and maintain groundwater, surface water and leachate facilities, provide routine maintenance and incidental construction support to the facilities, project planning, preparation of work plans, project plans, health and safety plans, quality assurance project plan, response action systems start-up and shut-down support, transition of the facility to other parties for operation and maintenance, preparation of an Operation and Maintenance Manual, sampling, analysis, validation, and evaluation of confirmatory environmental sampling data, site security and boundary control, disposal of facility wastes, maintenance of the site grounds, disposal of investigation-derived wastes, evaluation of facility performance and recommendation for optimization, decommissioning of wells, installation of additional monitoring wells, installation of fencing, and providing and posting of warning signs, five-year review support of response actions state reports and technical reports, public education, and information support. The specified tasks may require the use of analog, digital or cellular technology, establishment of personal computer based relational databases; dedicated remote sensing; measuring and transmitting capability; application of global positioning and geographic information; and the use of internet for dissemination of digital information. The selected firms will provide support at various CERCLA/SARA (Superfund) sites managed by the Federal Government in EPA Region II (New York, New Jersey, the commonwealth of Puerto Rico, the United States Virgin Islands and Native American Tribes or Nations located in these jurisdictions) and the Corps of Engineers Northwestern Division. Projects may be civil or military in nature. Evaluation and award will be based on the evaluation criteria stated in the request for proposal (RFP) with experience in the operation and maintenance of groundwater, surface water, and leachate treatment facilities as a key factor. No pre-proposal conference is planned. The Request for Proposal (RFP) will be issued on CD-Rom on or about 1 May 2000 and will be available only until the supply is exhausted. Proposals will be due on or about 15 June 2000 at 3:00 p.m. CST. The solicitation will be available on CD-ROM at no cost to the contractor. The RFP will also be available for review at local SBA offices in New York, New Jersey, the Commonwealth of Puerto Rico, the United States Virgin Islands; the Corps of Engineers Bulletin Board at http://www.nwk.usace.army.mil/contract/contract.html . IN ORDER TO RECEIVE A COPY OF THE CD, YOU MUST REGISTER THROUGH THIS WEBSITE BY CLICKING ON "ELECTRONIC BID SOLICITATIONS", CLICKING ON THE APPLICABLE SOLICITATION NUMBER, AND CLICKING ON "REGISTER". CONTRACTORS MUST REGISTER ON THE WEB TO BE PLACED ON THE PLANHOLDER'S LIST. CD'S WILL BE MAILED OUT BASED ON REGISTRATION ON THIS WEBSITE. CONTRACTORS MAY DOWNLOAD THE PLANHOLDER'S LIST FROM THE WEBSITE. A LISTING MAY BE OBTAINED FOR BOTH PRIME CONTRACTORS AND SUBCONTRACTORS WHO HAVE REGISTERED. IF YOU ARE NOT REGISTERED THROUGH THE ABOVE WEBSITE, THE DEPARTMENT OF THE ARMY, CORPS OF ENGINEERS, IS NOT RESPONSIBLE FOR PROVIDING YOU WITH NOTIFICATION OF ANY CHANGES TO THIS SOLICITATION. CONTRACTORS NOT HAVING INTERNET ACCESS CAN VISIT THEIR LOCAL LIBRARY OR SMALL BUSINESS ADMINISTRATION OFFICE TO OBTAIN INTERNET ACCESS TO REGISTER ELECTRONICALLY AND OBTAIN PLANHOLDER'S LISTS. QUESTIONS CONCERNING THE PLANHOLDER'S LIST, CD MAILING, OR OTHER ISSUES CAN BE SUBMITTED VIA FAX AT 816-426-5777 OR EMAIL emma.j.nevins@nwk02.usace.army.mil . NO PHONE REQUESTS WILL BE ACCEPTED. THIS RFP IS BEING ISSUED AS A SMALL BUSINESS SET-ASIDE. THE SIC IS 8744 AND THE SIZE STANDARD IS LESS THAN 500 EMPLOYEES. Questions of a technical nature may be addressed to Mr. Tom Simmons at 816-983-3372 or Ms. Kamala Morgan at 816-983-3577. Questions of a contractual nature may be addressed to Mrs. Trisha van Bleisem at 816-983-3823. Posted 04/13/00 (W-SN444564). (0104)

Loren Data Corp. http://www.ld.com (SYN# 0023 20000417\F-0002.SOL)


F - Natural Resources and Conservation Services Index Page