Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 15,2000 PSA#2600

DA, 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