COMMERCE BUSINESS DAILY ISSUE OF AUGUST 21, 2001 PSA #2919
SOLICITATIONS
C -- INDEFINITE DELIVERY CONTRACT FOR ENVIRONMENTAL AND HAZARDOUS/TOXIC ENGINEERING SERVICES
- Notice Date
- August 17, 2001
- Contracting Office
- U.S. Army Corps of Engineers, Philadelphia Wanamaker Building, Room 643, 100 Penn Square East, Philadelphia, Pennsylvania 19107
- ZIP Code
- 19107
- Solicitation Number
- N/A
- Point of Contact
- Robert M. Bencal (215) 656-6606
- Description
- 1. CONTRACT INFORMATION: The Philadelphia District, U.S. Army Corps of Engineers intends to award up to two (2) Indefinite Delivery Contracts for Environmental and Hazardous/Toxic Engineering Services. Each contract will be for a base period with options for up to two (2) additional periods. A contract period shall not exceed 12 months. The maximum task order limit is $1,000,000.00. The cumulative amount of all task orders shall not exceed $1,000,000.00 in either the base or any of the option periods. The cumulative total for the base and the option periods shall not exceed $3,000,000.00. An option will be awarded at the discretion of the Contracting Officer based on reaching the value limit first and then reaching the time limit. 2. PROJECT INFORMATION: The selected firm(s) will be used primarily for Environmental and Hazardous/Toxic type services. The work under these contracts will primarily be in support of Military Installations, Civil Works, and the Work for Others Program, and missions assigned to the Philadelphia District. Most work will be within the Philadelphia District's boundaries. The District's boundaries include portions of the States of Pennsylvania, New Jersey, New York, Maryland, and Delaware. Work may be required outside of these boundaries. Individual task orders will be allocated among the contracts using the following criteria in descending order of importance: (1) the specialized experience of the selected firm, such as type of work (investigation, remediation, soils, groundwater); (2) conflict of interest; (3) capacity to accomplish the task order in the required time; (4) distribution of work among the contractors. Primary work under this contract will involve but not be limited to; preparation of environmental assessments, preliminary assessments and environmental impact statements; planning and implementation of environmental and hazardous/toxic investigations; preparation and implementation of plans for the sampling and analysis of hazardous/contaminated materials; planning and implementation related to environmental restoration; implementation and oversight of site specific health and safety pans; preparation of concept, preliminary and detailed designs for the removal/remediation/abatement/restoration of areas and or facilities with environmental hazards including soil and groundwater, lead paint, asbestos, PCB's, and other contaminated wastes; preparation of environmental inventories and baseline studies; preparation of human health and ecological risk assessments; investigation of permit requirements, preparation of permit applications; and other related efforts to prepare assessments, conduct investigations, and prepare reports and designs in support of Military Installations, Civil Works, the Work for Others Program, and missions assigned to the Philadelphia District. Designs shall include drawings, specifications, estimates, design analysis, schedules, and related efforts. Other secondary related work shall include but not be limited to the repair, alteration, and new construction in the areas of architectural, civil, structural, mechanical, electrical, architectural landscaping, geotechnical engineering, archaeology, interior design, planning, and recreation. All work shall comply with the jurisdictional regulations and laws to include the requirements for registrations, licenses, and/or certifications. Support during Construction efforts will be a part of this contract. This will involve the various field, office, scheduling, claim and related efforts. Professional qualifications in the primary areas shall include but not be limited to: environmental engineer, environmental scientist, certified industrial hygienist, biologist, geologist, chemist, hydrology, hydraulic engineering, civil, and geotechnical engineering. Specification writers and cost estimators to support the above efforts shall be provided. Secondary professional qualification for other related and secondary design efforts shall include but not be limited to: architect, civil, structural, mechanical, electrical, fire protection engineers, landscape architect, interior designer, surveyor, specification writer and cost estimator for these efforts. Technical support, including drawing production, and other related efforts shall be required. Responding firms shall indicate their experience with the Automated Review Management Systems (ARMS), the Corps of Engineers M-CACES Gold cost estimating system, the U. S. Army Corps of Engineers Computerized Specifications (SPECSINTACT),and the production of drawings and graphic data in Computer aided Drafting and Design system (CADD). The contractor must be able to supply completed products in IBM PC compatible software. The contractor shall adhere to the Tri-Service Spatial Data Standards. The firms must be qualified in the work areas described and be familiar with the requirements and regulations of the Corps of Engineers, EPA, and other agencies which have jurisdiction. 3. SELECTION CRITERIA: Significant evaluation criteria in relative descending order of importance are: (1) Specialized experience of the firm in the primary types of work required and where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (2) Specialized experience of the firm in the other, secondary types of work required and where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (3) Professional qualifications necessary for satisfactory performance of required services; (4) Capacity of the firm to accomplish multiple task orders within time and cost limitations; (5) Past performance on relevant Department of Defense contracts will be a factor, however, lack of such performance will not necessarily preclude a firm from consideration; (6) Extent of participation of SB, SDB, historically black colleges and universities and minority institutions in the proposed contract team, measured as a percentage of the estimated effort; (7) Location of the firm with respect to work sites will be a secondary consideration provided that a sufficient number of qualified firms respond to this announcement. 4. SUBMISSION REQUIREMENTS: As a part of this submittal, it is required that all responding firms clearly present billing amounts for all Corps of Engineers work as well as all other Department of Defense work for the 12 months preceding this announcement. Firms which desire consideration and meet the requirements described in this announcement are invited to submit a completed SF 254 (revised 11/92) and SF 255 (revised 11/92) for the prime firm and SF 254 for each consultant, to the above address, to the attention of Robert M. Bencal, Room 702, not later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday of Federal holiday, the deadline is the close of business of the next business day. As a requirement for negotiations, the selected contractor will submit for government approval a quality control plan that will be enforced through the life of the contract. The contracting officer reserves the right to terminate negotiations with firms that do not respond to government requests for proposals, information, documentation, etc. in accordance with established schedules. As a requirement for award, the selected contractor must be registered in the Central Contractor Registration (CCR). Include ACASS number in Block 3b, of the SF 255. Call the ACASS Center at (503) 808-4591 for information on obtaining an ACASS number. This is not a request for proposals. No other notification to firms for this project will be made.*****
- Record
- Loren Data Corp. 20010821/CSOL003.HTM (W-229 SN50V2O0)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on August 17, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|