Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 21, 2000 PSA #2752
SOLICITATIONS

C -- ENVIRONMENTAL SCIENCE AND MARINE BIOLOGY SERVICES FOR PREPARATION OF ENVIRONMENTAL CONSEQUENCES SECTIONS OF PROGRAMMATIC ENVIRONMENTAL IMPACT STATEMENT (PEIS) FOR U.S. COAST GUARD RULEMAKING RE: VESSEL AND FACILITY OIL SPILL RESPONSE PLANS

Notice Date
December 19, 2000
Contracting Office
55 Broadway; Cambridge, MA 02142
ZIP Code
02142
Solicitation Number
DTRS57-01-R-20009
Response Due
January 22, 2001
Point of Contact
Point of Contact -- Jackson Rector, Contracting Officer, (617) 494-2190
E-Mail Address
Contracting Officer (rector@volpe.dot.gov)
Description
1. CONTRACT INFORMATION: A Cost-Plus-Fixed-Fee contract for Architectural/Engineering Support Services is required to support Volpe Center in environmental science and marine biology services for preparation of environmental consequences section of Programmatic Environmental Impact Statement (PEIS) for U.S. Coast Guard rulemaking re vessel and facility oil spill response plans. THIS PROCUREMENT IS 100% SET-ASIDE FOR SMALL BUSINESS. The NAICS code for this procurement is 54133 (former SIC 8711). Offerors are encouraged to identify and describe particular areas in which they believe they have exceptional capabilities to perform these services as the Government intends to award a contract so as to provide both overall balance and the strongest in-depth capabilities to perform the specializ ed services covered in the requirement. 2. PROJECT INFORMATION: The work includes: (1) scientific consultation for a Coast Guard National Environmental Policy Act (NEPA) action relative to a prospective new rulemaking for revised oil spill response regulations, affecting Vessel Response Plans (VRP) and Marine Transportation Related Facility Response Plans (FRP); (2) scientific services for preparation of portions of a NEPA Programmatic Environmental Impact Statement (PEIS) to assess the impacts on the human and natural environment; (3) Completion of the environmental consequences analysis for the draft and final versions of the PEIS. The Coast Guard has developed five regulatory alternatives for this rulemaking, including the no action alternative. The four active regulatory alternati ves for the rulemaking are, in brief 1) enhancement of mechanical removal requirements with oil spill aerial tracking capabilities; 2) addition of requirements for dispersant treatment capability with oil spill aerial tracking capabilities; 3) an option for adding in situ burning capability in exchange for a credit against mechanical removal requirements with oil spill aerial tracking capabilities and; 4) combinations of Alternatives 1, 2 & 3 with oil spill aerial tracking capabilities. The full text alternatives and their associated tabular specifications are available in the Coast Guard Notice of Intent posted on the Internet at http://dms.dot.gov and searchable under Docket #7833. Tasks to be performed include: (1) The contractor shall develop the environmental consequences analysis of the four alternatives, and prepare the relevant sections for two draft versions and one final version of the PEIS. The analysis shall include consideration of all affected physical biological and socioeconomic environments and shall consist of written narrative, and such tabular, graphic, and pictorial information as are required to describe the environmental impact of the revised VRP/FRP Oil Spill Response Planning regulations. (2) The contractor shall participate in a meeting with the Volpe Center and the Coast Guard to review the entire draft PEIS document prior to its public release. (3) The contractor shall review all public comments relevant to the environmental consequences analysis (copies of which will be provided by the Government) and provide recommendations as to the Coast Guard s responses for all comments. (4) The contractor shall participate in a meeting for the review of the final version of the complete PEIS. CRITERIA: See Numbered Note 24 for a general description of the selection process. The following selection criteria, listed in relative order of importance will be used in the evaluation of the Architectural/Engineering firms: 1. Specialized experience and technical competence in the type of work required. 2. Professional qualifications necessary for satisfactory performance of required services. 3. Capacity to accomplish the work in the required time. 4. Satisfactory past performance record on similar contracts with Government agencies and private industry during the last five years, including quality of work, compliance with performance schedules and cost control effectiveness. Include names and current phone numbers for listed clients. Clients may be contacted during the evaluation process. 5. A Management Plan that includes a proposed approach for planning and executing the work, locations of contractor facilities that demonstrate the effectiveness of the organizational structure, and show the offerors understanding of the requirements for successful work accomplishments. Other factors to be considered in the evaluation process include each firm s practices with respect to employment of minorities and women. SUBMISSION REQUIREMENTS: Those firms which meet the requirements described in this announcement and wish to be considered must submit four (4) copies each of SF254 and SF255 for the firm and four (4) copies o f the SF254 for each consultant listed in block 6 of the firms SF255 to Jackson G. Rector, DTS-852, 55 Broadway, Kendall Square, Cambridge, MA 02142 by 4:00 p.m., EST January 5, 2001. Supplemental information such as representative examples of relevant projects is encouraged. THIS IS NOT A REQUEST FOR PROPOSAL. This notice is for information purposes only. ATTENTION: Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs)! The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,000 with interest at the prime rate. For further information, call (800) 532-1169. Internet address: http://osdbuweb.d ot.gov.
Web Link
Volpe Center Acquisition Division home page (http://www.volpe.dot.gov/procure/index.html)
Record
Loren Data Corp. 20001221/CSOL003.HTM (D-354 SN509200)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on December 19, 2000 by Loren Data Corp. -- info@ld.com