Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 3,2000 PSA#2592

100 Kindel Drive, Suite A332 Arnold AFB TN 37389-1332, 37389-1332

C -- ENVIRONMENTAL ARCHITECT-ENGINEER SERVICES SOL F40650-00-R-0013 DUE 053100 POC Tony Clayborne, Contracting Officer,931-454-3918 WEB: 00R0013AR-Environmental Architect-Engineer Services, http://www.pixs.wpafb.af.mil/pixslibr/00R0013AR/00R0013AR.asp. E-MAIL: Tony.Clayborne@arnold.af.mil, Tony.Clayborne@arnold.af.mil. Background "Arnold AFB TN desires to contract with Architect-Engineer (A&E) firms to perform and or develop work plans, studies, reports and maps to support AEDC's environmental, safety, health and quality assurance management programs as follows: Development and execution of work plans for environmental compliance, conservation and pollution prevention programs such as: Hazardous materials program/SARA Title III, Air quality program, Water quality program (storm water/waste water/drinking water), Solid waste management program, Hazardous waste management program, Underground storage tanks, NEPA program, Wetland/endangered/cultural program audits, studies and assessments, Opportunity assessments. Development and exectution of work plans for environmental restoration program such as: Confirmatory site investigations, Remedial investigations/corrective measure studies, Remedial designs, Treatability studies, Long-term monitoring/operations. Development and execution of work plans for safety, quality assurance and industrial hygiene programs such as: Ground safety, System safety, Explosive safety, DO9000 compliance, Corrective action assessments, Industrial hygiene shop surveys, OSHA/industrial hygiene training. This resulting contract is a follow-on to the existing AEDC A&E environmental services contracts which expire on 7 September 2000. A&E selection procedures will be used to competitively award one indefinite delivery/indefinite quantity contract. The contract will have a one year basic period and four additional one year options. The contract individual ceiling will be a maximum of $50 million with a minimum fee guarantee of $50,000. The best estimated quantity is expected to be $30 Million. Delivery orders issued under the basic contract will be used to direct performance of effort. The basic contract will be structured to allow the issue of both time and materials and fixed price delivery orders. The selection of the A&E firm for this contract will be based on the following evaluation factors in priority order of importance: (1) Specialized Experience -- specialized work experience of the firm/teaming arrangement in environmenatal restoration, environmental compliance, pollution prevention, industrial hygiene, and safety and quality assurance services support. In Block 8 of the SF- 255, list only current projects or projects completed in the past five years. (2) Past Performance -- 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. (3) Professional Qualifications -- experience, training, certification, and education of firm's key personnel that will be assigned to these projects; the type and quality of environmental projects the staff has been involved with in the past; and the ability of the staff to be effectively innovative and contribute to the successful comfpletion of project task orders. In Block 4 of the SF-255 (Personnel by Discipline) show the entire proposed team by listing personnel from the prime contractor in line B and personnel from subcontractors in line A. (4) Professional Capacity -- existing capacity of the firm's professional staff to accomplish the work shall be evaluated to determine if the firm has the resources to provide quality products within the time frames required. Within the SF-255, Block 10, each firm shall demonstrate how they will manage, coordinate and administer the work among any teaming partners and subcontractors, to include chemical analytical laboratories. (5) Location -- All A&E firms responding will be located within EPA Region IV. (6) Volume of Work -- volume of work previously awarded to the firm by DoD. This information shall be recorded in Block 9 of the SF-255 by listing the total amount of DoD contracts awarded for the previous 12 months from the date of this announcement fo the firm/teaming arrangement. Prospective firms shall submit completed U.S. Government Standard Forms 254 and 255 (5 copies each) to USAF Directorate of Procurement, ATTN: Mr. Tony Clayborne/PKP, 100 Kindel Drive, Suite A332, Arnold AFB TN 37389-1332, no later than 2:00 P.M. (local time) on 31 May 2000. Firms are directed to keep the total page count of submission to no more than 50 pages (8.5 x 11, minimum element font size 10, doublesided and secured with plastic comb binding element, landscape format, head to foot layout); any additional pages and/or other documents submitted will be destroyed without consideration. Electronic format (Adobe Acrobat PDF) SF 254 and SF 255s will be accepted in addition to the mandatory hard copies described above. Interested parties should state in the SF-254, Block 4, is they are a small business and/or small disadvantaged business concern. Firms desiring consideration must submit appropriate data as described in CBD Numbered Note 24. This is not a request for proposal. Foreign participation is authorized. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisistion. The purpose of the Ombudsman is not to deminish the authority of the program director or contracting officer but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Mr. Alan Goldstayn at (931) 454- 5613. " Posted 05/01/00 (D-SN450143). (0122)

Loren Data Corp. http://www.ld.com (SYN# 0017 20000503\C-0006.SOL)


C - Architect and Engineering Services - Construction Index Page