COMMERCE BUSINESS DAILY ISSUE OF MARCH 6, 2001 PSA #2801
SOLICITATIONS
C -- INDEFINITE DELIVERY INDEFINITE QUANTITY FOR ENVIRONMENTAL RESTORATION CONSULTING SERVICES WITHIN THE ARMY CORPS OF ENGINEERS LAKES AND RIVERS DIVISION
- Notice Date
- March 2, 2001
- Contracting Office
- US Army Corps of Engineers, Nashville District, PO Box 1070, Nashville, TN 37202
- ZIP Code
- 37202
- Solicitation Number
- DACW62-01-R-0200
- Response Due
- April 2, 2001
- Point of Contact
- Beryl C Newsome, Contract Specialist, 615-736-7279; Jean F Todd, Contracting Officer, 615-736-7910
- E-Mail Address
- E-mail address for Contract Specialist listed above. (Beryl.C.Newsome@usace.army.mil)
- Description
- 1. CONTRACT INFORMATION: An Environmental Restoration Consulting Services Firm-Fixed Price Indefinite Delivery contract for a period of 5 years will be awarded with a guaranteed minimum of $200,000.00. Small business prime contractors are expected to develop and maintain a team approach with subcontractors or partners to meet established requirements. The awarded contract shall be a small business set-aside under the North American Industry Classification System Code (NAICS) 541620, Environmental Consulting Services, and meet the established small business threshold designated by NAICS 541620 group size standard of revenue equal to or less than $5,000,000.00. A small business firm is one with annual receipts averaged over the past 3 fiscal years not exceeding $5,000,000.00. The total value that may be paid under this contract is $10,000,000.00. The contract includes providing environmental restoration services to military, civil works, and non-Department of Defense customers within the Lakes and Rivers Division of the Army Corps of Engineers. Task Orders will be issued on a negotiated firm-fixed price basis. No Task Order will exceed $2,000,000.00. Contract award is anticipated for the summer of 2001. Performance of the work will require the following disciplines: (1) Professional Civil Engineers, (2) Chemical Engineers, (3) Environmental Engineers, (4) Geotechnical Engineers, (5) Environmental Chemists, (6) Certified Industrial Hygienist, (7) Geologists/Hydrologists/Hydrogeologists, and (8) Toxicologists/Risk Assessors. Required supporting disciplines include Structural, Electrical, and Mechanical Engineers; Ordnance and Explosive Experts; Cost Estimators; Health Physicists; and Specification Writers. Expertise in disciplines such as drilling and surveying is not required to be specifically identified. The contractor shall identify a laboratory capable of using methodologies such as, but not limited to, those included in SW-846 (Third Edition). 2. PROJECT INFORMATION: Work under the contract may occur during any investigative or design phase of the Comprehensive Environmental Response and Recovery Act (CERCLA) or Resource Conservation and Recovery Act (RCRA) processes including: (1) Preliminary Assessments/Site Investigations, (2) Remedial Investigations/Feasibility Studies, (3) Remedial Designs, (4) RCRA Facility Assessments, (5) Facility Investigations/Corrective Measures Studies, (6) Corrective Measures Design, (7) Etc. 3. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria are listed below in descending order of importance. Criteria a-d are primary. Criteria e-g are secondary and will only be used as "tie-breakers" among technically equal firms. a. Specialized experience and technical competence in environmental restoration investigations and designs. Submittals should clearly demonstrate the contractor team's experience and competence in evaluating and designing technologies for remediating contamination typically found at both active and formerly used DOD sites, EPA sites, and DOE sites. b. Professional capabilities in listed primary and supporting disciplines. c. Past performance on similar contracts with respect to cost control, quality of work, and compliance with performance schedules. d. Capacity of contract team to accomplish the work. Work will often require simultaneous action on several task orders at any one time. e. The prime contractor is expected to perform 50% of direct labor for professional services. f. Geographic location of the office to manage the work in relation to potential work sites. g. Volume of DOD contract awards in the last twelve months as described in Note 24. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Firms desiring consideration are invited to submit 2 copies of an updated and accurate SF 254 and SF 255 not later than the close of business 2 Apr 2001. A current SF 254 is required of all contractor's team members. The contract team will designate one office as the office to manage the contract and will present numbers of personnel by discipline in THAT OFFICE ONLY in addition to presenting the team's overall disciplines. The prime contractor will clearly identify those tasks to be performed in-house as well as those tasks to be performed by team members. Include the firm's ACASS number in SF 255, Block 3b. Also, the business size status (small and/or minority) should be indicated in SF 25, Block 3b. The contractor will show the office location of each key person listed on Block 7 of the SF 255. Experience identified in Block 8 should not be more than 10 years old. Material presented in block 10 of SF 255 should be carefully edited and should not present information previously conveyed in blocks 7 and 8. In Block 10 of SF 255, state why your team is specifically qualified based on the selection evaluation criteria. The submittal will include a description of the team's quality control plan, and an organization chart formatted by disciplines, not tasks. Only the SF 254 and SF 255 packages will be reviewed. Cover letters and extraneous material are not desired and will not be considered in the official selection process. For ACASS information call 503-808-4591. Firms submitting SF 254 and SF 255 by the closing date will be considered for the work. Faxed copies of the SF 254 and SF 255 will not be accepted. No other general notification to firms under consideration for this work will be made and no further action is required. This is not a request for proposal. All contractors must be registered in the Central Contractor's Register in order to be awarded government contracts or to be paid on any newly awarded government contract. Information on the registering process can be found on the Internet at http://www.ccr2000.com then go to subtopic Central Contractor Registration or by calling 1-888-227-2423 for help. For SF 254 and SF 255 submittal by express mail, the delivery address is: U.S. Army Corps of Engineers, Estes Kefauver Building, 110 Ninth Avenue South, Nashville, Tennessee 37203, ATTN: CELRN-CT, Beryl C Newsome or Jean F Todd, Room A-604.
- Record
- Loren Data Corp. 20010306/CSOL001.HTM (W-061 SN50F0K6)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on March 2, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|