Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 3, 2000 PSA #2720
SOLICITATIONS

C -- ARCHITECT-ENGINEERING SERVICES (ENVIRONMENTAL) INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT TO SUPPORT NOAA'S SITE RESTORATION ACTIVITIES ON THE PRIBILOF ISLANDS, ALASKA

Notice Date
November 1, 2000
Contracting Office
U.S. Dept. of Commerce, NOAA, WASC, Acquisition Management Division, Contracts Branch B WC32, 7600 Sand Point Way NE, Seattle, WA 98115-6349
ZIP Code
98115-6349
Solicitation Number
52ABNC100014
Response Due
December 1, 2000
Point of Contact
For further information, contact Abram Vinikoor, voice (206)526-4395 or fax: (206)526-6025.
E-Mail Address
Click here to contract Contract Specialist via e-mail. (Abram.L.Vinikoor@noaa.gov)
Description
Architect-Engineering Services (Environmental) for an indefinite delivery/indefinite quantity (IDIQ) contract to support the National Oceanic and Atmospheric Administration's (NOAA) site restoration activities on the Pribilof Islands, Alaska. Under Public Law No.104-91, NOAA has been mandated to perform environmental restoration on the Pribilof Islands (St. Paul and St. George Islands), and to use local entities and residents as practicable to participate in these activities. Restoration activities include such elements as, dumps, debris and contaminants, including petroleum products and their derivatives, left by NOAA on lands which it and its predecessor agencies occupied. Restoration activities are conducted in accordance with a two-party agreement between NOAA and the State of Alaska, Department of Environmental Conservation (ADEC). The IDIQ contract may, on an infrequent basis, be used for work in Alaska locations other than the Pribilof Islands. 1. CONTRACT INFORMATION: One IDIQ contract will be awarded for a base year plus four option years. The total amount of the contract shall not exceed $900,000 per year with a minimum contract guarantee of $15,000. The contract will be structured to allow for the issuance of both Time-and-Material and Firm-Fixed -Price task orders. This contract is 100% set-aside for small business firms. The North American Industry Classification System code is 541620, which replaced the SIC code 8748, and the size standard is $5.0 million. Note: as a small business set-aside, in the performance of this contract at least 50% of the cost of contract performance incurred for personnel must be expended by employees of the prime small business concern. 2. PROJECT INFORMATION: In general the IDIQ is for the performance of scientific, technical, and analytical characterization and assessment activities. Work may include any or all of the following: site assessment and characterization; groundwater well installation and monitoring; groundwater modeling; risk based closure design; site surveying and remedial investigations; development of specifications and drawings for remediation and compliance projects; contract management services (to include inspection of progress of remediation projects); office, field and laboratory work necessary to collect and analyze samples; preparation of environmental permits; development of remediation alternatives for environmental cleanup, including estimation of costs for removal, transport, treatment and disposal; and environmental scoping, studies and evaluations. Field activities may include: drilling for soil sampling, well installation, or instrumentation installations; vadose zone fluid/air flow measurement; aquifer testing; sampling and analysis of soil, sediment, groundwater, surface water, hard surface, tank/drum contents, air and soil vapor; performing surface and bore-hole geophysics; excavation of test pits/trenches; and sampling and testing of geotechnical materials. Sampling and analysis for a wide variety of parameters may be required to determine the physical, chemical, and biological properties. Studies and evaluations may include: treatability/compatibility studies; determinations as to applicability of Federal, state, and local laws, and regulations; determinations as to applicable or relevant and appropriate requirements; determinations as to risk based closure of contaminated sites; contaminant fate and transport models; conducting hydrogeologic and geotechnical testing and data analysis; conducting topographic and geophysical surveys; conducting multimedia sampling and analysis for physical, chemical, and geotechnical characteristics; environmental assessment surveys of buildings for presence of asbestos, lead based paint, and PCB's. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance with Factors A-D being of equal weight and Factors F-G being of equal weight. A. Specialized Experience and Technical Competence. Specialized experience and demonstrated technical competence in: (1) Successfully managing and performing A-E services for environmental projects at remote locations involving State of Alaska, Department of Environmental Conservation (ADEC) regulations and technical challenges as those present or anticipated in the Pribilof Islands; (2) Use of innovative treatment processes that offer the potential for comparable or superior performance or economy compared to demonstrated treatment technologies; (3) Working with local communities and hires. B. Professional Qualifications. Qualified professional personnel, with current training and licenses as required by the Occupational Safety and Health Administration (OSHA), Environmental Protection Agency (EPA), and ADEC, in at least the following technical areas: environmental engineer; civil engineer; hydrologist/geologist; toxic/hazardous waste specialist; UST specialist; regulatory compliance specialist; chemist; industrial hygienist; site safety inspector; certified AHERA asbestos specialist; graphic artist; technical editor; surveyor; and draftsperson/CADD operator. Submitting firms should demonstrate the education, training, registration, overall and relevant experience, and longevity with the firm of key management and technical personnel. C. Past Performance. Past Performance on A-E environmental contracts with respect to quality of work, compliance with delivery schedules, and cost control. D. Knowledge of and experience working in the Pribilof Islands and location of the firm in Alaska. E. Management Organization. Management organization that will (1) promote retention of institutional knowledge and continuity throughout the remediation process; (2) provide for effective scheduling and cost control of task orders; (3) utilize database management and information systems, including CAD, GIS, GPS, and other environmental management data systems/technologies that support performance and documentation of the individual task orders; and (4) provide quality services using a Quality Assurance Program covering all phases of program organization and responsibilities, field procedures, sample custody, packaging and shipping, calibration procedures and frequency, laboratory procedures, and internal quality control. F. Capacity. Sufficient capacity to respond quickly, mobilize qualified personnel, and produce quality results under short deadline constraints for task orders. Submitting firms should demonstrate the availability of key disciplines to provide necessary number of teams or crews for complex and unexpected field, laboratory and regulatory compliance support; the ability to initiate, manage and complete multiple concurrent task orders; and the ability to meet unforeseen schedule changes. G. Local Entity Participation. Submitting firms should demonstrate the extent of participation by local entities and residents of the Pribilof Islands. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit a completed SF-255 and SF-254's (for the prime firm and all consultants) and other pertinent information as required. All submittals must be in original plus three copies. No facsimile or electronic transmission of the 254's and 255's Forms will be accepted. The SF 255 should specifically address the requirements and selection criteria 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. Firms failing to respond to these requirements may not be considered. Submittals must be received at the above address by December 1, 2000 at 3:00 P.M. PST. This is not a request for proposal (RFP). Solicitation/bid packages are not provided. See Notes 1 & 24.
Record
Loren Data Corp. 20001103/CSOL005.HTM (W-306 SN505722)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on November 1, 2000 by Loren Data Corp. -- info@ld.com