Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 31, 2000 PSA #2717
SOLICITATIONS

C -- MISCELLANEOUS HAZARDOUS, TOXIC, RADIOLOGICAL WASTE DESIGNS AND INVESTIGATIONS IN WA, OR, ID AND MT

Notice Date
October 27, 2000
Contracting Office
US Army, Corps of Engineers, Seattle District, PO Box 3755, Seattle, WA 98124-3755
ZIP Code
98124-3755
Solicitation Number
DACA67-01-R-0205
Response Due
November 28, 2000
Point of Contact
Sharon Gonzalez, 206-764-3635
E-Mail Address
Sharon J Gonzalez, Contract Specialist (Sharon.J.Gonzalez@usace.army.mil)
Description
The Seattle District, Corps of Engineers is soliciting proposals for Indefinite-Delivery, Indefinite-Quantity Contracts for A/E Design/Environmental Services to include miscellaneous environmental designs, investigations, studies, and surveys for principally federal facilities in Washington, Oregon, Idaho, Montana, and various locations outside of the Northwest. The work would consist of pollution prevention and waste minimization studies, plans and designs; military facility designs for wastewater and waste handling; tank management plans; fueling system designs; hazardous toxic and radiological waste (HTRW) remedial action and corrective action designs; HTRW (remedial) assessments/investigations/feasibility studies (site investigation); pilot tests and treatability studies; HTRW management plans; risk assessments; permit applications and studies; site specific resource field examinations; field sampling and chemical analysis, monitoring, data analysis and interpretation; unexploded ordinance (UXO) investigation and designs; low level radioactive waste and mixed waste investigation and remediation design; asbestos, lead based paint and radon investigations and abatement designs; and other related pollution and HTRW designs, investigation, assessments, studies and surveys; habitat restoration studies, plans and designs; and mitigation plans and designs. All designs will adhere strictly to requirements outlined in the Seattle District Corps of Engineers A/E Design Guide, applicable military design standards and all other Federal, State and local requirements. Included as part of pre-design and design activities will be preparation of military funds programming documents. Significant evaluation criteria in descending order of importance are (1) specialized experience and technical competence of the firm in types of work required including (a) remedial designs and corrective action designs, primarily designs associated with remedial actions for soil and groundwater contamination, and fueling systems and replacement systems for underground fuel storage tanks system removals; (b) fieldwork, data collection and interpretation, evaluation and modeling capability; (c) experience conducting HTRW investigations and preparing remedial designs for various sites; (d) working knowledge of and experience with Resource Conservation and Recovery Act Comprehensive Environmental Response, Compensation and Liability Act, Superfund Amendments and Reauthorization Act, Clean Water Act, Toxic Substance Control Act, and other related federal laws, regulations and programs (and equivalent state and local requirements for the States of Alaska, Washington, Idaho, Oregon and Montana) such as Underground Storage Tank regulations, Washington's Model Toxic Control Act, etc.; (e) Unexploded Ordinance (UXO) investigation and design; (f) low level radioactive waste and mixed waste investigation and remediation design; (g) habitat restoration studies, plans and designs; (h) mitigation plans and designs; (2) professional qualifications of firm's staff and consultants to be assigned to this project which are necessary for satisfactory performance of required services; (3) past performance on DOD and other contracts with respect to cost control, quality of work and compliance with performance schedules; (4) capacity of the firm to accomplish the work in the required time including whether the firm is currently under contract with the Seattle District; (5) location of the firm in the general geographic area of the project. NOTE: this criterion is considered a secondary factor and will only be evaluated for firms that make the short-list; (6) extent of participation Small Business (SB), Small Disadvantage Business (SDB), Historically Black Colleges and Universities and minority institutions in the proposed contract team, measured by a % of estimated offer; NOTE: this criterion is considered a secondary factor and will only be evaluated for firms that make the short-list; (7) volume of DOD contract awards to the prime A/E firm in the last 12 months; NOTE: this criterion is considered a secondary factor and will only be evaluated for firms that make the short-list. Construction support services may be included as an option. A/E will be required to use M-CACES for cost estimating on this project. The software will be furnished by the Corps of Engineers after contract award. Responding firms should indicate ability to access an electronic bulletin board automated review management system (ARMS) via modem. The Government intends to award 2 Contracts for this requirement; 1 Unrestricted, and 1 set aside for a Small Business concern. Each contract will include a Base Year and Two Option Periods. Maximum value of all work awarded under each contract will be limited to $2 million per year or $6 million over the life of the contracts; delivery orders of NTE $2,000,000 each to be issued as requirements arise. Qualified firms desiring consideration shall submit one copy of SF 255, including organizational chart of key personnel to be assigned to this project, current SF 254, and consultant's current SF 254s. No additional project information will be given to A/E firms. Phone calls are discouraged unless absolutely necessary. This project is open to both large and small businesses. The North American Industry Classification System (NAICS) Code is 541620 and the Standard Industrial Code (SIC) is 8711 with size standard of $4.0 million. This is not a request for proposal. It is anticipated that the selected firms will be required to submit a subcontracting plan with its fee proposal if it is a large business. The plan must be consistent with Section 806(b) of PL 100-180, PL 95-507 and PL 99-661. If a large firm chooses to subcontract, it is recommended that 50 percent of the total planned subcontracting dollars should be placed with Small Business concerns, 8 percent with Small Disadvantaged Businesses or Historically Black Colleges and Universities or Minority Institutions, and 5 percent to Women-Owned Business. WOSB's may not qualify as SDBs for federal contracts.
Web Link
NA (NA)
Record
Loren Data Corp. 20001031/CSOL003.HTM (W-301 SN5053L5)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on October 27, 2000 by Loren Data Corp. -- info@ld.com