Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 15, 2001 PSA #2789
SOLICITATIONS

C -- PROVIDE CIVIL AND ENVIRONMENTAL DESIGN, ABBREVIATED DESIGN, AND CONSTRUCTION SUPPORT SERVICES (MULTI-DISCIPLINE) FOR FORT LEWIS, WASHINGTON, IT

Notice Date
February 13, 2001
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-0210
Response Due
March 15, 2001
Point of Contact
Paula Reinhard, (206) 764-6659
E-Mail Address
Contract Specialist (paula.reinhard@usace.army.mil)
Description
1. PROJECT INFORMATION: Indefinite-Delivery type contract to Provide Architect-Engineer (A-E) Civil and Environmental design services and construction support services for Fort Lewis, WA, it's subinstallations and Corps of Engineers (COE), Seattle District, WA. The A-E will be required to prepare plans, specifications, design analyses, construction estimates and studies for a variety of maintenance, repair, alteration and minor construction projects at Fort Lewis, its sub-installations and projects assigned to Seattle District, U.S. Army Corp of Engineers. A portion of designs will be abbreviated plans and specifications with detailed cost estimates utilizing the Army Job Order Contract (JOC) Unit Price Book (UPB) for construction by Fort Lewis JOC contract. Cost estimates will be automated utilizing the Government furnished automated pricing system PDS 3.9.11. Designs may also include design-build projects requiring preparation of material takeoffs, bills of materials, and detailed designs. Projects are primarily civil or environmental with related architectural, mechanical and electrical work, including some asbestos and lead abatement work. Some examples of projects include: 1. Renovation of existing drainage systems, including miscellaneous earthwork, paving and other utility systems. Abate any asbestos directly related to the project including any landscaping architectural work. 2. Environmental design and construction projects involving the renovation of industrial waste facilities, sewage treatment plants, pumping stations, sewage line rerouting and distribution systems, storm water collection and outfalls. 3. Conduct studies for breakdown of solvents to minimize hazardous waste volume. Develop plans for new landfill cells and closure at existing landfills. Develop plans for closure of facilities that produce hazardous waste. Develop environmental operational plans for asbestos abatement, NPDES permits, handling sludge, water system analysis and waste disposal. 4. Traffic engineering projects to include road repair/realignment, intersection design, culvert design, traffic studies and signalization, railroad repair, bridge renovation, drainage system, miscellaneous earthwork and landscaping. 5. Obtain and coordinate technical information on environmental programs related to military operations from other agencies such as the State Historical Preservation Office, Environmental Protection Agency, Department of Health & Human Services, and Puget Sound Clean Air Agency. 6. Provide Environmental Assessments and Biological Assessments incidental to construction or repair work designed under delivery orders to the contract. 7. Provide AEHRA Asbestos Surveys and Lead Paint surveys incidental to construction or repair work designed under delivery orders to the contract. 8. Construct various new separate facilities and renovate existing facilities to support military operations and recreational activities such as hardstands, firing ranges, parking lots, airfields and helipads. 9. Performs reviews of technical documents to include various environmental studies/reports such as ecological and human health risk assessments and hazardous waste site investigations involving toxicology, chemistry, hydrogeology, and biology. 10. Provide various construction management services to include evaluation of contractor designs, review and recommendation of material submittals, provision for random construction inspection and design of contract modifications beyond the original scope of design services. Coordinate with other Government agencies to obtain necessary permits, formal inspection and final Government acceptance. 11. Conduct economic analyses of Public Works operations and maintenance processes. 12. Prepare various environmental management plans (e.g. Air Monitoring Plans, Hazardous Waste Management Plans, Spill Control/Contingency Plans, Facility Response Plans, Ozone Depleting Substances Plans, Hazardous Materials Management Plans, etc.) 2. SELECTION CRITERIA: The selection criteria for this particular project are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a-h are primary. Criteria i -- j are secondary and will only be used as "tie-breakers" among technically equal firms. PRIMARY CRITERIA: a. Specialized experience and technical competence of the firm in the type of work required; b. Professional qualifications of firm's staff and consultants to be assigned to this project, which are necessary for satisfactory performance of required services; c. Ability of the firm to respond to numerous quick-turnaroud projects; d. Capacity of the firm to accomplish the work required in the required time; e. Past Performance on Department of Defense (DOD) and other contracts with respect to cost control, quality of work, and compliance with performance schedules; f. Knowledge of locality of projects involved; g. Geographic proximity: h. Sustainable design using an integrated design approach and emphasizing environmental stewardship, especially energy and water conservation and efficiency; reduction or elimination of toxic and harmful substances in facilities construction or operation; efficiency in resource and materials utilization; and development of healthy, safe and productive work environments. The evaluation will consider projects performed by the prime firm and consultants that demonstrate these sustainable design principles and the qualifications of key personnel that demonstrate their experience and training in sustainable design. SECONDARY CRITERIA: i. Extent of participation of small and disadvantaged business or woman-owned firm and their use as a primary consultant; j. Volume of work awarded in the past 12 months by DoD to the firm and consultants to be used on this project. 3. CONTRACT INFORMATION: Multi-Discipline Architect-Engineering (A-E) design, abbreviated design, and construction support services in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36 are required for Civil and Environmental Design, Abbreviated design and construction support services related to the Seattle District, U.S. Army Corps of Engineers. One indefinite delivery contract will be negotiated and awarded with a base period not to exceed one year and two option periods not to exceed one year each. The amount of work in each contract period will not exceed approximately $1,000,000. An option period may be exercised when the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. Work will be issued by negotiated firm fixed-priced task orders, not to exceed delivery order limit of $500,000. The contract is anticipated to be awarded August 2001. The NAIC is: 54131, Architectural Services (Standard Industrial Classification code (SIC): 8712). This project is open to both large and small business. *For the purposes of this procurement, a concern is considered a small business if its average annual receipt's are $4 million or less. *If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding subcontracting plan or part of the work it intends to subcontract. The subcontracting goals for the Seattle District which will be considered in the negotiation of this contract are: (1) at least 55% of a contractor's intended subcontract amount be placed with Small Business (SB); (2) at least 9% of a contractor's intended subcontract amount be placed with Small Disadvantaged Business (SDB) or Historically Black College or University and Minority institution; (3) at least 5% of a contractor's intended subcontract amount be placed with Women-Owned Small Business(WOSB); (4) at least 3% Service-disabled Veteran-owned small business subcontracts; (5) at least 1% of a contractor's intended amount be placed with Hubzones. To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site at http://ccr.edi.disa.mil or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit one copy of SF 255 (11/92 edition), including organization chart of key personnel to be assigned to this project, and one copy of current SF 254 (11/92 edition) for the prime firm and all consultant's not later than the close of business March 15, 2001. Include the firm's ACASS number in SF255, Block 3b. For ACASS information call 503-808-4591. Submittals should be mailed to the following address: U.S. Army Corps of Engineers, Seattle District, ATTN: Paula Reinhard, 4735 East Marginal Way South, Seattle, WA 98134-2385. No additional project information will be given to A-E firms. Phone calls are discouraged unless absolutely necessary. This is not a request for proposal. For additional contracting opportunities, visit the Army Single Face to Industry at http://acquisition.army.mil and the Seattle District, Corps of Engineers web site at http://www.nws.usace.army.mil
Web Link
Seattle District, Corps of Engineers, Contracting Page (http://www.nws.usace.army.mil/ct/)
Record
Loren Data Corp. 20010215/CSOL006.HTM (W-044 SN50D5K4)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on February 13, 2001 by Loren Data Corp. -- info@ld.com