|
COMMERCE BUSINESS DAILY ISSUE OF MAY 15,2000 PSA#2600DA, Tulsa District, Corps of Engineers, 1645 South 101st East Avenue,
Attn: CESWT-CT, Tulsa, OK 74128-4609 C -- MULTIPLE INDEF DEL A-E CONTRACTS FOR HAZARDOUS TOXIC WASTE (HTRW)
ENVIRONMENTAL SERVICES WITHIN SOUTHWESTERN DIVISION BOUNDARIES POC Mr.
Brad Hull, Contracting Division, (918)669-7038 1. CONTRACT
INFORMATION: Four (4) Indefinite Delivery Architect-Engineering
Contracts will be awarded for environmental services within the
Southwestern Division Boundaries. This is not a request for a proposal,
and there is no bid package. This procurement is unrestricted.
Contractors will be selected for negotiations based on their
qualifications submitted in accordance with this announcement. These
contracts are anticipated to be awarded in the first quarter of federal
fiscal year 2001. Each contract is for a base year with two option
years and a total contract amount not to exceed $3 Million. The base
year and each option year are in an amount not to exceed $1 Million per
contract. Should the total individual contract amount reach $1 Million
prior to passage of 365 calendar days, the option for an additional
year and an additional $1 Million of work and services may be
exercised. Similar action is available on the remaining years. Minimum
award of each contract is $20,000 in the base contract and $10,000 in
each option year. If a large business is selected for this contract,
it must comply with FAR 52.21-9 regarding the requirement for a
subcontracting plan on the part of work it intends to subcontract. A
subcontracting plan, in accordance with FAR 19.704 and 52.219-9, is not
required in this submittal. 2. PROJECT INFORMATION: Work under these
contracts will include but is not limited to any or all of the
following: remedial investigations; RCRA facility investigations;
investigation and design relative to Underground Storage Tank (UST)
compliance; feasibility/corrective measures studies; treatability
studies; preparation of documents for submission to federal, state and
local agencies; pilot scale studies; engineering evaluations and cost
analyses; general investigation and design activities in support of
CERCLA, RCRA or other regulatory compliance; support via environmental
studies/plans regarding various environmental compliance regulations
including but not limited to the Clean Air Act, Clean WaterAct,
National Environmental Policy Act, endangered species, land management
issues, noise, asbestos, lead base paint, and the Munitions Rule;
support via environmental studies or documentation of lease or transfer
of government real property, records searches, oversight of field
operations; and construction management support air emissions
inventories and monitoring; human and ecological risk assessments and
other engineering studies and reports; community relations; engineering
design; inspections; shop drawing review; and other construction
documents for a variety of hazardous waste and environmental type
projects. 3. SELECTION CRITERIA: See Note 24 for general selection
requirements. The selection criteria are listed below in descending
order of importance (first by major criterion and then by each
sub-criterion). Criteria a-e are primary. Criteria f-h are secondary
and will only be used as "tie-breakers" among technically equal firms.
a. Specialized Experience and Technical Competence. Specialized
experience and demonstrated technical competence in: (1) managing and
performing broadly scoped environmental projects that comply with
applicable USEPA, State and Department of Defense (DoD) requirements,
particularly for customers and projects typical of those supported by
the Tulsa District, U.S. Army Corps of Engineers; (2) site
characterization to determine nature and extent of contamination
including design and/or performance of subsurface drilling programs,
installation of groundwater monitoring well networks, sampling programs
for various environmental media, performance and/or oversight of other
intrusive investigation techniques such as s soil gas surveys,
application of suface geophysical techniques (e.g. electromagnetic
surveys), design performance and analysis of in-situ aquifer hydraulic
tests (e.g. slug tests and various pump tests), acquisition and
analysis of other data (e.g. geotechnical, ecological, demographic,
limnological, paleogeographic, fluid/matrix properties of multi-phase
systems, dendrochronological, geomorphologic, etc.) to support remedial
decision-making; (3) development of various environmental studies/plans
regarding environmental compliance regulations including but not
limited to the Clean Air Act, Clean Water Act, National Environmental
Policy Act, endangered species, land management, noise, asbestos, lead
base paint, and the munitions rule; (4) selecting alternatives and
developing designs/specifications for alternatives for remedial actions
or corrective measures and/or environmental projects of equivalent
scope; (5) development of typical deliverables supporting HTRW
activities such as: Investigation Work Plans, Health and Safety Plans,
Quality Assurance Project Plans, Sampling and Analysis Plans,
Community Relations Plans, Project Management Plans, Data Management
Plans, Waste Management Plans, detailed project schedules, Closure
Plans and Reports, Laboratory Service Contracts for Chemical and
Physical Analyses, technical reports to support decision-making such as
site characterization reports including chemical fate and transport
models, Human Health and Ecological Risk Assessments, RCRA Facility
Assessments, Preliminary Assessment/Site Inspection Reports, RCRA
Facility Investigation Reports, Remedial Investigation/Feasibility
Study Reports, Corrective Measure Study Reports, Corrective Measure and
Remedial Designs, Groundwater Monitoring Reports, Records of Decision,
Determination of No Further Action, Engineering Evaluation/Cost
Analysis Reports, deliverables supporting UST compliance requirements,
Construction Plans, Cost Estimates, and other related deliverables;
(6) support of community relations/stakeholder involvement activities
(e.g. development and maintenance of administrative records, support of
Restoration Advisory Boards, etc.); (7) technical support for
litigation related to execution/implementation of environmental
restoration activities; (8) environmental projects in EPA Region VI;
(9) oversight and management of and/or performance of chemical
analytical services typically required to support remedial
decision-making at military installations with multi-media
environmental contamination from various industrial sources including,
but not limited to, those in the current USEPA guidance documents and
documenting a level of of laboratory internal QA/QC consistent with
that referenced in current USEPA guidance/requirements resulting in
legally defensible data for inclusion into project deliverables; (10)
appropriate management of investigation derived waste; (11) utilization
of geographic information systems and other sophisticated data
management/visualization techniques; (12) producing GIS-compatible and
CADD graphics in accordance with Federal Special Data Standards; (13)
producing cost estimates using the Corps of Engineers Micro-Computer
Aided Cost Estimating System (MCACES Gold) (software provided) and
using the Air Force Remedial Action Cost Engineering and Requirements
(RACER) cost estimating system (software provided); (14) oversight of
field investigations; (15) developing the nature and extent of the
responsibility and cost allocation for investigation and cleanup of
hazardous waste sites where a civil or military organization of the
U.S. government is named as a Potentially Responsible Party; (16)
accessing a Computerized Automated Review Management System (ARMS) via
modem or other remote connection (software provided); (17) providing
data on electronic media in accordance with government-furnished
formats; (18) preparing reports compatible with the most recent
versions of Microsoft Office software. In block 8 of SF 255, cite
whether the experience is that of the prime (joint venture), consultant
or an individual. Work cited that is experience of the prime (or joint
venture) from an office other than that identified in block 3b shall
be so labeled. b. Professional Qualifications. Qualified professional
personnel in the following areas: engineering disciplines such as
civil, chemical, environmental, geotechnical, electrical, mechanical,
and structural; scientific disciplines such as chemists, geologists,
biologists, and environmental scientists; appropriate specialists such
as regulatory analysts, certified industrial hygienists, safety
professionals, cost estimators/schedulers, and technical editors;
environmental technicians capable or acquiring and handling
environmental samples and data; drillers (including drillers licensed
in Texas); surveyors; and CADD operators. Registration and
certification as required by various state laws will be necessary.
Firms should demonstrate strong ability to provide comprehensive
program and project management for complex work; strong ability to
provide comprehensive environmental technical and compliance support;
ability to provide necessary number of teams or crews for complex and
unexpected field, laboratory and regulatory compliance support; ability
to initiate, manage and complete multiple concurrent delivery orders;
ability to meet unforeseen schedule changes. Submitting firms should
demonstrate the education, training, registration, overall and relevant
experience, and longevity with the firm of key management and technical
personnel. This criterion is primarily concerned with the
qualifications of the key personnel and not the number of personnel,
which is address under the capacity criterion. c. Past Performance.
Past Performance on DOD, DOE and other environmental contracts with
respect to quality of work, compliance with delivery schedules, and
cost control. Architect-Engineer Contract Administration Support System
(ACASS) is the primary source of information on past performance.
However, any credible, documented evaluations may be considered, but
the government is not required to seek other information on the past
performance of a firm if none is available from ACASS. d. Capacity.
Sufficient capacity to respond quickly, mobilize qualified personnel,
and produce quality results under short deadline constraints for
accepted task orders. Submitting firms should demonstrate experience
with similar size contracts and the available capacity of key
disciplines. e. Knowledge of the Locality. Submitting firms should
demonstrate knowledge of SWD. Examples include knowledge of geological
features, climatic condictions, local construction methods that are
unusual or unique, orlocal laws and regulations. f. Small Business and
Small Disadvantaged Business Participation. Submitting firms should
address the extent of anticipated participation of small business (SB)
(including women-owned), small disadvantaged business (SBD),
historically black colleges and universities (HBCU), and minority
institutions (MI) in the proposed contract team, measured as a
percentage of the total anticipated contract effort, regardless of
whether the SB, SDB, HBCU or MI is a prime contractor, subcontractor,
or joint venture partner. The greater the participation, the greater
the consideration. A subcontracting plan, in accordance with FAR 19.704
and 52.219-9, is not required in this submittal. g. Geographic
Proximity. Location of the firm in general geographical area ofSWD
Boundaries. h. Volume of DoD Contract Awards During Previous 12 Months.
Volume of DoD contract awards in the last 12 months as described in
Note 24. The volume of DoD contract awards during the previous 12
months will be considered for equitable distribution of work among A-E
firms. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submittal
requirements. Interested firms having the capabilities to perform this
work must submit one copy of SF 255 (and a SF 254 of the prime firm
and all consultants) to Brad Hull, U.S. Army Corps of Engineers, Tulsa
District, 1645 South 101st East Avenue, Tulsa, Oklahoma 74128 no later
than 4:30 p.m. on the 30th day after the date of this announcement. If
The 30th day is a Saturday, Sunday, or Federal holiday, the deadline
is the close of business of the next business day. The SF 255 should
specifically address the requirements of this announcement. Include in
your submittal, a proposed organization chart and a narrative
description of how the organization will function.Responding firms are
requested to clearly identify those tasks to be performed in-house and
at what office, those tasks to be subcontracted and at what office.
Specify the address of the office and key person that is assigned in
Block 7C. Also, address your firm's approach to Contract/Project
Management and Quality Control in Block 10 of the SF 255. Firms failing
to respond to these requirements may not be considered. If
firms/consultants listed on the SF 255 have a current SF 254 (submitted
within the past 12 months) on file with the Corps of Engineers'
Architect-Engineer Administrative Support System (ACASS), Portland,
Oregon, they need not submit a SF 254. No other notification is
required. This is not a request for proposal (RFP). Personal visits to
discuss this contract will not be scheduled. Questions should be
addressed to Brad Hull, U.S. Army Corps of Engineers, Tulsa District,
1645 South 101st East Avenue, Tulsa, Oklahoma 74128. Solicitation/bid
packages are not provided. Posted 05/11/00 (W-SN454043). (0132) Loren Data Corp. http://www.ld.com (SYN# 0026 20000515\C-0006.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|