Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 18, 2000 PSA #2687
SOLICITATIONS

C -- AMENDMENT TO CBD NOTICE PUBLISHED 22 AUG 2000

Notice Date
September 14, 2000
Contracting Office
Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, TX, 78150-4302
ZIP Code
78150-4302
Solicitation Number
Reference-Number-F7HQCE02220100
Response Due
October 12, 2000
Point of Contact
Carmen Minerva, Contracting Officer, Phone 210-652-7885, Email carmen.minerva@randolph.af.mil -- Cindy Hall, Contracting Officer, Phone 210-652-7885, Email cindy.hall@randolph.af.mil
E-Mail Address
Carmen Minerva (carmen.minerva@randolph.af.mil)
Description
AMENDMENT TO COMMERCE BUSINESS DAILY ANNOUNCEMENT PUBLISHED ON 22 AUGUST 2000 SIC 8744 applies to this acquisition with a size standard of 500 employees. Headquarters Air Education and Training Command (AETC), Randolph AFB TX, plans to contract with Architect-Engineer (A-E) firms to perform Title I, Title II, Other A-E Services, and technical support for the Environmental Restoration, Pollution Prevention, Compliance and Conservation Programs primarily for AETC bases nationwide and on a non-interference basis other DOD installations and locations where there is primary Air Force responsibility. Architect and Engineering procedures will be used to award four Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts; three full and open competition and one 8(a). The 8 (a) set aside will be evaluated separately from the full and open competition. The contracts will be firm fixed-price with a cumulative ceiling of $100 million. There is a guaranteed minimum order amount of $50,000 per contract. The contracts will consist of a basic year plus six option years with the period of performance extending two years beyond the ordering period. Delivery orders will be issued on an as-required basis during the contract period. Services required include, but are not limited to, preparation of various Environmental Impact Statements, Environmental Assessments, Environmental Baseline Surveys, Natural, Cultural, and Historical Resource Studies, Environmental Compliance Assessment and Management Program Audits, Environmental Compliance, and Installation Restoration Program (IRP) design, surveys, studies, long term operations and monitoring. Work includes, but is not limited to, the following environmental areas, environmental investigations and studies including the environmental impact analysis process (EIAP), environmental baseline studies (EBS), description of proposed action and alternatives (DOPAA), records of decision (RODs), base realignment and closure studies, base comprehensive planning, mapping, base capacity analysis, air installation compatible use zone documentation and natural and cultural resource surveys, plans and programs; threatened and endangered species surveys (including biological assessments); wetland and floodplain evaluation surveys; designs for environmental remediation; facility improvement and facility repairs (as related to environmental programs in the four environmental pillars); lead-based paint/radon/asbestos studies and abatement plans; hazardous waste/material investigations and hazardous waste/material minimization technology insertion; industrial hazardous waste/material management; Environmental Compliance and Management Program (ECAMP) (environmental auditing); Air Programs (non-conformity analysis, emission inventories, modeling, etc.); permit applications and support; public hearings associated with environmental activities; toxic and hazardous contamination waste studies; water, groundwater, and wastewater treatment plants (including short and long term operations), value engineering and system optimization studies (related to treatment plants and technologies); regulatory/government agency partnering meetings and support; geological, geophysical, geotechnical, hydrogeological, and hydrological investigations; long term monitoring; bioassay and relative potency determinations; pilot plant investigations; unexploded ordnance (UXO) assessments; incidental and interim remedial activities; system operation and monitoring activities; emergency response (as related to emergency planning as well as investigation/cleanup as a response to an emergency); laboratory testing and/or field evaluation of environment equipment and landfill leachate monitoring and landfill siting investigations; identification and quantification of pollutants; water and wastewater characterizations; data reduction; drilling and monitor well installation; industrial waste water, and water (ground and surface) sampling and analysis; risk assessment; training; natural resource injury/damage assessments; engineering and technical assistance; database development and operation; Geographic Information System (GIS)/Technical Information System (TIS) development and operation (as related to GIS and including database development and support); environmental reports (TRI, EPCRA, etc.) and those general areas of environmental sciences and engineering dedicated to the planning and improvement of environmental quality, miscellaneous technical support (environmental training and seminars, technical resource centers/information clearing houses, environmental conference support, writing pamphlets, reviewing policy, guidance and regulations, and recommending strategy and policy alternatives). The contractor must have the ability, at contract award, to accomplish classified delivery orders at the secret level in order to accomplish the environmental analyses. Firms responding to this announcement are encouraged to highlight their present and anticipated capabilities in terms of products and services as they relate to the above areas. With regard to future capabilities, firms should describe how existing resources would be applied against these capabilities and how these capabilities could be used in the areas described above. Firms with specialized experience in any of the above areas should respond to this announcement. To limit the potential for conflicts of interest, a firm which performs location specific environmental audits under these contracts will be prohibited from performing the work required to correct the deficiencies identified during the audit for that site. A-E Selection Criteria will include (in order of importance): (1) Superior technical performance and capability, recent experience and anticipated future capabilities of the firm (including first tier subcontractors/consultants) in performing the types of services anticipated under this contract as outlined above; (2) Professional qualifications, certifications, and specialized experience of the team members (including first tier subcontractors/consultants) in performing the types of services anticipated under this contract as outlined above; (3) Capacity to accomplish the work in the required time, including rapid response when necessary. Indicate the firm_s present workload (in Section 10 of the Standard Form (SF) 255) and the availability of the project team (including first tier subcontractors/consultants) for the specified contract performance period; (4) 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, points of contact and date of most recent DCAA audit and agency who performed the audit; (5) Proximity to HQ AETC at Randolph AFB TX; (6) Volume of work previously awarded to the firm by the Department of Defense and the Air Force with the object of effecting an equitable distribution of A-E contracts among qualified firms; (7) State your commitment to small businesses, small disadvantaged businesses, and historically black colleges or universities and minority institutions in the last block of your SF 255. The 8(a) firms are exempt from responding to evaluation criteria #7. This is not a request for proposal. All firms desiring consideration shall submit 5 copies of the following data pertaining to the prime and first-tier subcontractors/consultants; (1) SF 255 and (2) SF 254. Firms are directed to keep the total page count of submission to no more than 50 double-sided pages (100 total pages of text). Page size should be 8.5 x 11 with minimum element font size 10 (except graphs and charts). Your submittal should be secured with a plastic comb binding element, in landscape format, head to foot layout. SF 254s, cover letter, title pages, tabs, dividers, and table of contents are not included in the page count. All SF 255 pages (with graphs and charts) are included in the page count, and the pages must be numbered consecutively. Any additional pages and/or other documents submitted will be destroyed without consideration. Submittals must be received no later than 4:00 PM Central Time on 12 October 2000. Those received after that date will not be considered. To be considered, submittals must be sent to AETC Contracting Squadron and addressed as follows: AETC CONS/LGCU, Attn: Ms Carmen Minerva/Daniel Medina, 2021 First Street West, Randolph AFB, TX 78150-4302. For technical questions, call Dan Medina at (210) 652-4302 or email at daniel.medina@randolph.af.mil . For contracting questions, call Carmen Minerva at (210) 652-7885 or email at carmen.minerva@randolph.af.mil.
Web Link
Visit this URL for the latest information about this (http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=R&ProjID=Reference-Number-F7HQCE02220100&LocID=467)
Record
Loren Data Corp. 20000918/CSOL002.HTM (D-258 SN496805)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on September 14, 2000 by Loren Data Corp. -- info@ld.com