|
COMMERCE BUSINESS DAILY ISSUE OF MAY 3,2000 PSA#2592100 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
|
|