Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 20, 2000 PSA #2689
SOLICITATIONS

C -- INDEFINITE DELIVERY TYPE ARCHITECT ENGINEER CONTRACT FOR ENVIRONMENTAL ENGINEERING SERVICES FOR THE CHICAGO DISTRICT US ARMY CORPS OF ENGINEERS

Notice Date
September 18, 2000
Contracting Office
U.S. Army Engineer District, Chicago, Corps of Engineers, 111 North Canal Street, Chicago, Illinois 60606-7206
ZIP Code
60606-7206
Point of Contact
For technical information contact: David Kapadia (312)353-6400 X3116, for contractual information contact: Katherine L. McClendon (312)353-6400 X1701.
Description
1. CONTRACT INFORMATION: Environmental Engineering Services, procured in accordance with PL 92-582 (Brooks A/E Act) and FAR Part 36, are required for various civil works projects within the Chicago District boundaries (Northeastern Illinois and Northern Indiana). The possibility exists that work may also be performed within the boundaries of the Corps of Engineers Great Lakes and Ohio River Division. These boundaries include: Alabama, Kentucky, Michigan, Minnesota, Mississippi, New York, North Carolina, Ohio, Pennsylvania, South carolina, Tennessee and West Virginia. Up to two(2) indefinite delivery contracts will be negotiated and awarded with a base period of one year from the date of award with options to extend for up to two additional one year periods. Work will be assigned by negotiated delivery orders. Individual fixed-price delivery orders will not exceed $1,000,000 and the annual ceiling for the base year and any option year is $1,000,000. Minimum guaranteed amount for the base year is 20,000 and $10,000 for each individual option year. The estimated award date of the contract will be June 2001. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219 9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for Chicago District are: (1) at least 61.4 % of a contractor's intended subcontract amount be placed with small businesses (SB), including small disadvantaged businesses (SDB) and women owned small businesses (WOSB); (2) at least 9.1% of a contractor's intended subcontract amount be placed with SDB; and (3) at least 5.0 % of a contractor's intended subcontract amount be placed with WOSB. The small business size standard for SIC 8711 (Engineering Services) is $ 4 million annual average gross revenue for the last 3 fiscal years. The wages and benefits of service employees (see FAR 22.10) conforming under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act . 2. PROJECT INFORMATION: Work includes conducting environmental investigations in support of CERCLA, RCRA, brownfields; Phase I and II Environmental Site Assessments; HTRW, LUST and other environmental programs and dredging projects; TMDL, wastewater treatment facility and pilot study design; wetlands and ecosystem restoration; determination of human health and ecosystem impacts; risk analyses and risk assessments; air, surface water, and groundwater monitoring; sample collection, handling and analysis; interpretation of sampling results; air, surface water, and groundwater modeling; report preparation; and other general environmental investigations and design work. Most work will require subsurface core and/or grab sampling and will be performed in Illinois and Indiana. There is also a possibility of performing work in other District Offices in the U.S. Corps of Engineers, Great Lakes and Ohio River Division. The States in which the work may be required are: Alabama, Kentucky, Michigan, Minnesota, Mississippi, New York, North Carolina, Ohio, Pennsylvania, South Carolina, Tennessee and West Virginia. 3. SELECTION CRITERIA: See Note 24 for general A/E selection process. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub criterion). Criteria a through d are primary. Criteria e through g are secondary and will only be used as "tie breakers" among technically equal firms. a. Specialized Experience and Technical Competence: (1) Recent documented experience in environmental investigations, design and analyses for CERCLA, RCRA, brownfields, Phase I and II Environmental Site Assessments, HTRW, LUST, or other environmental programs, and harbor and channel maintenance dredging projects, including sampling and handling of a wide variety of media in accordance with Illinois and Indiana regulations; design of wastewater treatment facilities and pilot studies on treatment of contaminated media; wetland and ecosystem restoration; risk analysis and risk assessment; and human health and ecosystem impacts. (2) Technical competence in chemical, physical, biological and ecological analyses of solid and liquid environmental samples for a wide range of parameters using SW-846 and other methods by a laboratory certified or capable of becoming certified by the State of Illinois under the Contract Laboratory Program (CLP) and by the U.S. Army Corps of Engineers, North Western Division (NWD); ability to interpret and apply principles from the Great Lakes Dredge Material Testing and Evaluation Manual http://www.epa.gov/glnpo/sediment/gltem/ and the Inland Testing Manual including evaluation of benthic impacts from solid and liquid phase bioassays and bioaccumulation testing, and elutriate testing; and expertise to interpret ecological results and statistical significance, interpretation of analytical results, and comparison of data to objectives established by the Illinois Tiered Approach to Corrective Action Objectives (TACO) and standards established by the Indiana Voluntary Remediation Program and the Indiana Risk Integrated System of Closure guidance. (3) Ability to collect sediment core, surface grab and geotech samples from rivers, harbors, lakes and near shore of Lake Michigan in varying water depths (ranging from shallow river depths to lake depths not to exceed 50 feet) using a variety of techniques, and collect locational data using differential Global Positioning System (GPS). (4) Technical competence in developing, implementing, and maintaining long term air, water or other monitoring programs. (5) Experience in developing and applying air and water quality models, including surface water and groundwater modeling which may be used for wasteload allocation, TMDL or other air or water quality studies. (6) Experience in other general environmental engineering work such as various CWA permit requirements especially compliance with section 401, 402, 403, 404, water quality certification and contaminant determination; soil and groundwater remediation; non invasive subsurface scanning for buried tanks and drums; experience in GIS applications for the management of environmental quality data; collection and analysis of asbestos containing materials (ACMs) and lead based paint; analysis and disposal of Investigation Derived Wastes (IDW). (7) Experience in preparation of reports detailing the findings of sampling investigations including maps, technical drawing data, narrative discussion, boring logs, preparation of work plans and health safety plan documents in accordance with the Scope of Work, and conducting technical literature searches. b. Professional Qualifications: (1) Experienced Environmental Engineers, Civil Engineers, and Geologists or Geotechnical Engineers; (2) Professional Engineers licensed in state of Illinois and Indiana; (3) Experienced Physical Scientists, Biologists, Risk Assessors, and Toxicologists; (4) Engineering technicians and field personnel trained and experienced in environmental and geotech sample collection; (5) Field personnel with OSHA Hazardous Site Worker 40 hour training, Hazardous Site Supervisor training, first aid training, and CPR training in accordance with 29 CFR 1920.120 OSHA and 29 CFR 1926.65 OSHA and EM 385-1-1, U.S. Army Corps of Engineers Health and Safety Manual dated September 3, 1996. The evaluation will consider education, training, registration, overall relevant experience, and longevity with the firm. c. Past performance on DOD and other contracts with respect to quality of work, cost control and timeliness and compliance with project schedules for primary contractor and significant subcontractors. d. Capacity to execute two work orders concurrently totaling approximately $ 750,000. The evaluation will consider the availability of equipment and an adequate number of personnel in key disciplines. e. Knowledge of locality including Illinois and Indiana environmental regulations and bodies of water in northeast Illinois and northwest Indiana. f. Extent of participation of SB (including WOSB), SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. g. Volume of DOD contract awards in the last 12 months as described in Note 24. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit two copies of SF 255 (11/92 edition), and two copies of SF 254 (11/92 edition) for the prime firm and all consultants, to the above address not later than the close of business on 30th day after the date of this announcement. If the 30th day is Saturday, Sunday, or Federal holiday, the deadline is the close of business of the next business day. Include the firm's ACASS number in SF 255, Block 3b. For ACASS information call 503-808-4591. In block 10 of the SF 255 describe Design Management Plan (DMP). The plan should be brief and include an explanation of the firm's management approach, management of subcontractors (if applicable), specific quality control used by the A-E firm and the ability to conduct Independent Technical Reviews on the design products. In block 10 of the SF 255 also describe owned or leased equipment that will be used to perform this contract. Solicitation packages are not provided. This is not a request for proposal. Submittals should be mailed to the following address: U.S. Army Corps of Engineers, Chicago District, Attn: Katherine L. McClendon, 111 N. Canal Street, Suite 600, Chicago, IL 60606-7206.
Record
Loren Data Corp. 20000920/CSOL002.HTM (W-260 SN497510)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on September 18, 2000 by Loren Data Corp. -- info@ld.com