COMMERCE BUSINESS DAILY ISSUE OF MAY 15, 2001 PSA #2851
SOLICITATIONS
C -- A-E SERVICES FOR INVESTIGATIVE AND DESIGN EXPERTISE FOR ENVIRONMENTAL PROGRAMS AT DEFENSE LOGISTICS AGENCY FIELD ACTIVITIES AND OTHER DOD ACTIVITIES
- Notice Date
- May 11, 2001
- Contracting Office
- US Army Corps of Engineers, Engineering and Support Center Huntsville, 4820 University Square, Huntsville, AL 35816-1822
- ZIP Code
- 35816-1822
- Solicitation Number
- DACA87-01-R-0026
- Point of Contact
- Lisa Parker, Contract Specialist, 256-895-1387 or Eduardo J. Marrero, Contracting Officer, 256-895-1151
- E-Mail Address
- lisa.g.parker@usace.army.mil (lisa.g.parker@usace.army.mil)
- Description
- 1. CONTRACT INFORMATION: This contract is set aside for small business. One-year indefinite delivery contracts with four one-year options will be negotiated for these services (total of five years). These contracts will be indefinite delivery/indefinite quantity (ID/IQ) with the ability to issue either firm fixed-price or cost-plus fixed-fee task orders. The maximum estimated individual task order limit will be $750,000, and there will be a total combined program limit of $10 million, with a ceiling of $2 million for the base year and option years, to be awarded as detailed below. Funds are available for award of the minimum obligation of this contract. The U.S. Army Engineering and Support Center, Huntsville (USAESCH) plans to award one small business and one 8(a) contract with a combined ceiling of $10 million for the 5 year period. If a qualified 8(a) firm is not found, there will be two small business awards. The NAICS code for this synopsis is 541330. The performance period for the basic contracts is estimated to be from July 2001 through June 2002, with options for 4 additional years. Individual task orders may not be funded prior to such time that Requests for Proposals are issued. The U.S. Army Engineering and Support Center reserves the right to make single or multiple awards. The criteria to be used in allocating orders between the contracts are as follows: performance and quality of deliverables under present contracts; current capacity to accomplish the order in the required time; uniquely specialized experience; equitable distribution of work among the contractors; and other relevant factors. Price shall not be used as a criterion. Division of the dollar capacity is not necessarily on an equal basis. The Service Contract Act is not applicable to these contracts. However, contractors receiving awards will be required to be registered within the Central Contractor Registration database. 2. PROJECT INFORMATION: Work for the proposed contracts consists of Architect-Engineer (A-E) services to meet all applicable require-ments of Environmental laws and regulations for all phases of Resource Conservation and Recovery Act (RCRA) (including Hazardous and Solid Waste Amendments of 1984); all phases of the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) (including Superfund Amendments and Reauthorization Act (SARA) of 1986); National Environmental Policy Act (NEPA); Clean Water Act; Clean Air Act and Clean Air Act Amendments; Toxic Substances Con-trol Act (TSCA); Safe Drinking Water Act; environmental compliance assessment; and other Federal and State regulations that are applicable to environmental activities. Services are expected to cover the following: environmental compliance assessments, topographic/hydrographic surveys, development of geographic information systems (GIS), geological/hydrological evaluations, engineering evaluations/cost analyses (EE/CAs); sampling/analysis of environmental media (water, soil, air) for hazardous and toxic waste (HTW) to establish criteria for: removal actions/interim measure design and remedial designs; services for remedial actions and removal actions/corrective measures; technical report preparation (e.g., workplans; quality management plans; remedial investigation/feasibility studies, record of decisions, environmental assessments, environmental impact statements); data validation; assistance with community relations and fulfillment of public participation requirements; and characterization and disposal of investigative wastes. Since engineering design may be required under these contracts, responding firms must be capable of providing design drawings on a Computer Aided Design and Drafting (CADD) system. All final drawings will be computer generated and plotted. The final drawings and digital storage media will be provided in a format and medium that will permit their storage and use without modification or additional software development on USAESCH's graphics system. All final text files generated under this contract shall be furnished to USAESCH in Microsoft Word 9.5 or higher software, IBM PC compatible format and in ADOBE Portable Document Format (PDF) able to accommodate word-searches and suitable for viewing, without modification, on the Internet All GIS data for the formal submittals shall be PC CD-ROM. With prior approval, other digital media may be used for the submissions. 3. SELECTION CRITERIA: The follow-ing evaluation criteria for this proposed contract are mandatory and relatable to one or more of the factors in Note 24. The selection criteria (includes subfactors) for this particular project are listed below in descending order of importance. (1) PROFESSIONAL QUALIFICATION NECESSARY FOR SATISFACTORY PERFORMANCE OF REQUIRED SERVICES: Demonstrated multi-disciplinary team, including professionals in the engineering dis-ciplines of civil, geological, and environmental en-gineering. The team must include a registered professional supervising engineer or personnel capable of being regis-tered at the time of the individual task order award. Surveyors used in this project must be regis-tered professional land surveyors in the state where the work is to be performed at the time of the award of the task order. Each team member should have completed the OSHA 40-hour Safety and Health Training and/or the eight hour refresher course. (2) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE IN THE TYPE OF WORK REQUIRED: SUBFACTORS: (a) Demonstrated experience and ability in performing all necessary steps for investigation and remediation decision making including permit applications, work plan preparation, project-specific design quality control plan, collect and interpret geological/hydrological data, risk assessments, geophysical investigations to locate and map subsurface anomalies indicative of disposal pits/trenches, qualified in HTW environmental sampling methodology (installation of monitoring wells, soil borings, etc) and field sampling and analysis (field screening and laboratory analysis), characterization of HTW and investigative waste, disposal of investigative waste, data valida-tion and use of USACE certified labs when appropriate, coordination and management, report preparation (RFI/CMS under RCRA, RI/FS under CERCLA as well, baseline risk assessment, feasibility study, proposed plan, record of decision, EE/CAs, etc.), remedial designs, and removal designs. Studies/actions taken under RCRA will have the dual role of satisfying CERCLA requirements. (b) Demonstrated knowledge of Department of Defense, U.S. Environ-mental Protection Agency (USEPA) and state regulations. (c) Demonstrated experience preparing Government cost estimates, using MCACES Gold Corps of Engineers software, or equivalent, to support remedial actions or similar activities. Cost estimating (d) Past experience and ability to complete all steps, except for signature by facility representa-tive, required for permit application and approval for any neces-sary permits that may be required during the investigative, removal, design, or remediation phases of the project. (e) Firms must demonstrate ability to be certified by the HTRW Center of Expertise (former Missouri River Division) Chemical Laboratory Validation Program. (3) CAPACITY TO ACCOMPLISH THE WORK IN THE REQUIRED TIME: Interested firms must demonstrate that they have in-house capacity, or an effective organizational structure and project team management plan and cost control plan addressing how the prime, various subcontractors, and/or joint venture participants will function as a cohesive team to assure successful completion of this contract, with possible multiple task orders. Of special interest interest will be the demonstrated ability to track and control quality and cost. (4) PAST PERFORMANCE ON CONTRACTS WITH GOVERNMENT AGENCIES AND PRIVATE INDUSTRY IN TERMS OF COST CONTROL, QUALITY OF WORK, COMPLIANCE WITH PERFORMANCE SCHEDULES: SUBFACTORS: (a) Quality of Work, (b) Compliance with Performance Schedules, (c) Cost Control. Of special interest will be a demonstrated ability to track project data using an electronic data management system. Interested firms should indicate which office(s) would be utilized (to include locations of subcontractors) to perform the work for this contract. NOTE: The following information is not currently required for evaluation purposes: Before work is awarded at a BRAC, contract awardees will be required to submit a specific plan for identifying local businesses that can perform portions of the work at the BRAC site. The plan must address how the contract awardees will identify capabilities of the local businesses and how they will utilize the local businesses to the maximum extent practicable. It is understood that this will be a site-specific requirement at the time work is identified at a BRAC. (5) LOCATION IN THE GENERAL GEOGRAPHIC AREA OF THE PROJECT AND KNOWLEDGE OF THE LOCALITY OF THE PROJECT, PROVIDED THAT APPLICATION OF THIS CRITERION LEAVES AN APPROPRIATE NUMBER OF FIRMS, GIVEN THE NATURE AND SIZE OF THE PROJECT. Not Applicable. SECONDARY SELECTION CRITERIA: Not withstanding the terms of Note 24, the following criteria are secondary and will only be evaluated between technically equal firms: (6) SB, SDB, HISTORICALLY BLACK COLLEGES AND UNIVERSITIES (HBCU) AND MINORITY INSTITUTIONS (MIs) PARTICIPATION. (7) VOLUME OF WORK AWARDED BY DOD DURING THE PREVIOUS 12 MONTHS: Equitable distribution of work among A-E firms, including small and disadvantaged business firms and firms that have had prior DOD contracts, will be a consideration of the Selection Board. Responding firms are requested to state whether they are small business, small-disadvantaged business, HBCU, MI and/or woman-owned business. In determining the value of DOD awards over the past 12 months, awards to overseas offices for projects outside the United States, its territories and possessions, to a subsidiary, if the subsidiary is not normally subject to management decisions, bookkeeping, and incorporated subsidiary that operates under a firm name different from the parent company will not be considered. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit one copy of the Standard Form 255 (SF255) for prime and one copy of the Standard Form 254 (SF254) for prime and for each consultant (November 1992 edition). SF255 must include an organization chart for the proposed team, and the names and telephone numbers of clients as references on the most recent environmental projects. In SF255, Block 10 describes the firm's overall design quality control plan (DCQP). Special instructions on submittal length: The entire submittal package shall not exceed 75 pages, and blocks 7, 8 and 10 of the SF255 shall not exceed 20, 15 and 35 pages respectively; and SF254 shall not exceed 20 pages. Any pages in excess of these limits will not be evaluated. Submittals must be received at the address indicated above not later than the close of business 30 calendar days from the publication date of this announcement with "day 1" being the next day after publication. If the 30th calendar day falls on a weekend or a Federal holiday, the last day for receipt will be the following business day. Information received after the closing date will be deemed late and will not be evaluated unless it has been determined that Government mishandling has occurred, the Contracting Officer determines that accepting the late information will not unduly delay the acquisition, or if an emergency or unanticipated event interrupts normal Government processes so that submittals cannot be received at the Government office designated for receipt. In the latter case, submittals will be extended to the first work day on which normal Government processes resume. Only one copy of the submittal is required. If sending submittal by overnight express, the street address and zip code is U.S. Army Engineering and Support Center, Huntsville, ATTN: CEHNC-CT-E (Ms. Lisa Parker), 4820 University Square, Huntsville, Alabama 35816-1822. Electronic transmission (i.e., facsimile, e-mail, etc.) of submittals or amendments to the submittals will not be accepted. See Note 24. Note 24 appears on the back of every Monday issue of this publication.
- Record
- Loren Data Corp. 20010515/CSOL001.HTM (W-131 SN50L8N6)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on May 11, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|