SOLICITATION NOTICE
C -- IDIQ ENVIRONMENTAL SERVICES - SOLICITATION PACKAGE
- Notice Date
- 7/21/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- United States Postal Service, Facilities Purchasing, Westen Facilities Construction CMT, 7540 E 53rd PL Rm 281, Denver, Colorado, 80266-9505, United States
- ZIP Code
- 80266-9505
- Solicitation Number
- 072382-14-A-0045
- Point of Contact
- Suzanne W Bistline, Phone: 303-853-6938, Robert Jordan, Phone: 303-853-6906
- E-Mail Address
-
Suzanne.w.bistline@usps.gov, Robert.C.Jordan@usps.gov
(Suzanne.w.bistline@usps.gov, Robert.C.Jordan@usps.gov)
- Small Business Set-Aside
- N/A
- Description
- SOLICITATION PACKAGE INDEFINITE QUANTITY CONTRACT ENVIRONMENTAL SERVICES AND MINOR RELATED CONSTRUCTION SOLICITATION NO 072382-14-A-0045 The U. S. Postal Service is seeking proposals for the performance of environmental services including, but not limited to: •· Investigative services and facility condition assessments •· Development of environmentally-related scopes of work, design specifications, and cost estimates •· Site remediation activities •· Industrial hygiene services •· Hazardous waste management and disposal services •· Minor environmentally-related construction •· Procurement and submittal of environmental permits •· Development of facility-specific SOPs •· Report preparation These services will cover leased and owned facilities in the following states: Area 4: Alaska, Idaho, Oregon & Washington The contract covers the States in the Area of work listed in this Solicitation however; the Postal Service reserves the right to issue work orders bilaterally for work in other states. The contract will be subject to negotiation of individual work orders. In each instance total fees for services will not exceed $500,000 for each task. The yearly maximum shall not exceed the total contract maximum. <del datetime="2014-07-01T12:27" cite="mailto:Jordan,%20Robert%20C%20-%20Denver,%20CO"> <ins datetime="2014-07-01T12:27" cite="mailto:Jordan,%20Robert%20C%20-%20Denver,%20CO"> The contract will be for a base term of two (2) years with the possibility of three (3) one-year bilateral renewal options. The amount of work for the duration of the contract shall not exceed $5,000,000. There is no guaranteed minimum. <del datetime="2014-07-01T12:27" cite="mailto:Jordan,%20Robert%20C%20-%20Denver,%20CO"> <ins datetime="2014-07-01T12:27" cite="mailto:Jordan,%20Robert%20C%20-%20Denver,%20CO"> The USPS reserves the right to select more than one firm. Firms which possess the qualifications to perform the services described are invited to submit the Return Package no later than: August 20, 2014 @ 3:00pm MST Submittals are to be addressed to: Suzanne Bistline Western Facilities Construction CMT 7540 E 53 rd Place RM 281 Denver CO 80266-9505 Firms possessing the qualifications to perform the services described below are invited to submit one (1) hard copy and one (1) electronic copy on CD in pdf format. The ability to meet selection criteria will be established for a firm or a specific branch office of a firm with combined use of Standard Form 330, Architect-Engineer Qualifications: Part I - Contract Specific Qualifications; and Part II - General Qualifications. A separate Part II for each consultant of the Team must be provided. Contrary to the general instructions, this office does not maintain a file of Part II submittals due to space limitations. In Part I, limit the number of projects listed to ten (10) projects only. There is no page limit for the SF330. Submit one copy of your qualifications, which should be bound via GBC, spiral or stapled. Please do not send hard cover notebooks. ( www.gsa.gov and search: SF330) Interested firms with more than one office must indicate on their SF330 the staffing composition of the office(s) in which the work is anticipated to be performed. The minimum acceptable registered professional compliment of the Firm/Team is two (2) Professional Engineers (Civil or Environmental), two (2) Professional Geologists, and one (1) Certified Industrial Hygienist, with at least one (1) additional Industrial Hygienist. Proof of licensure will be required at contract award. A Classification of Personnel schedule has been included in this solicitation to identify the Disciplines anticipated to be required in the performance of the work. This schedule is provided as information only and is not to be included with your qualification statement. Following an initial evaluation of submitted documents, several firms may be selected for interviews. <del datetime="2014-07-01T12:27" cite="mailto:Jordan,%20Robert%20C%20-%20Denver,%20CO"> Firms must have a minimum of three years' experience in the field of environmental consulting and must possess the capability of working, at a minimum three to four jobs at the same time. <del datetime="2014-07-01T15:30" cite="mailto:Jordan,%20Robert%20C%20-%20Denver,%20CO"> The contract will contain a requirement for firms to provide evidence of current insurance. MBE/WBE participation is encouraged. A subcontracting plan is required by contract but not required with the qualification submittal. Contractors must possess all proper certifications as required by federal, state and local laws. In addition to these main requirements, consideration will be given to firms responding to this advertisement in accordance with instruction, to the following list of services, in order of preference (with 1 being the most important): •1. Surveys, technical guidance, sampling and analysis, monitoring, mitigation plans and remediation oversight for materials including asbestos-containing materials, lead-based paint (with XRF capability), radon, mold, lead in drinking water and indoor air quality reporting; <del datetime="2014-07-01T12:27" cite="mailto:Jordan,%20Robert%20C%20-%20Denver,%20CO"> •2. Underground and aboveground storage tank services including but not limited to: closure plans, design packages, tightness testing, cathodic protection, stage II vapor recovery and monitoring system checks; •3. Site remediation services provided by state-certified staff; •4. Site evaluations for property transactions including Phase I Environmental Site Assessments, Phase II Site Investigations, Site Disposal Due Diligence, Environmental Assessments and Programmatic Environmental Assessments as per NEPA; •5. Emergency response actions and remedial services, and hazardous materials management; •6. Health and safety communication services, specifically related to: OSHA compliance and worker protection. Subjects may include any safety or environmental issue. Communication may encompass preparation of Health and Safety Plans; health and safety-related training; and risk assessment; •7. Permitting matters as required by various regulatory programs including, but not limited to: Air quality (stationary and mobile source), including NESHAPS; water quality, including storm-water management, wetlands protection, safe drinking water, and waste management; •8. Plan preparation in compliance with various federal and state requirements, including but not limited to: Storm Water Pollution Prevention Plans, Spill Prevention Control and Countermeasures Plans, Tank Management Plans, and Asbestos and Lead Operations and Management Plans; •9. Minor Related Construction: The most qualified firms/teams will also have the ability to subcontract for certain types of small-scale construction projects, such as: ASBESTOS REMEDIATION •1) Asbestos abatement, including removal, encapsulation, and encasement of asbestos-containing materials; •2) Tasks impacting ACBM such as drilling holes through walls or flooring, or anchoring fasteners into asbestos flooring or walls; •3) Disposal of ACBM; •4) Removal of ductwork, light fixtures, etc. in order to access abatement areas; •5) Cleaning of equipment impacted by asbestos; LEAD-BASED PAINT REMEDIATION •1) LBP stabilization, including removal, encapsulation, and encasement of asbestos-containing materials; •2) Tasks impacting LBP such as drilling holes through walls or flooring, or anchoring fasteners into asbestos flooring or walls; •3) Disposal of LBP waste materials; MOLD REMEDIATION •1) Mold abatement, including removal and replacement of impacted building materials; •2) Removal of mold-impacted ductwork; UNDERGROUND STORAGE TANK PROJECTS •1) Repair, installation, removal or replacement of automatic tank gauging equipment (ATG); •2) Repair, removal and/or replacement of piping; •3) Repair, removal and/or replacement tanks; •4) Excavation and disposal of tanks; ABOVEGROUND STORAGE TANK PROJECTS •1) Repair, removal and/or replacement tanks; •2) Repair, removal and/or replacement of piping; •3) Repair, installation, removal or replacement of automatic tank gauging equipment (ATG); SITE REMEDIATION •1) Soil boring, monitoring well installation or decommissioning; •2) Excavation, transport and disposal of contaminated soil. Consideration will be given to interested firms/teams who respond to this advertisement in accordance with the instructions in the following order of preference: 1) Local, with an office in the service Area listed, or a local branch office in the service Area listed. 2) All others. <del datetime="2014-07-01T12:27" cite="mailto:Jordan,%20Robert%20C%20-%20Denver,%20CO"> It is prohibited to pay any fee, commission, percentage or brokerage fee to any person or firm contingent upon, or resulting from award of a contract. Interested parties are encouraged to submit their packages by one of the methods offered by the U.S. Postal Service (FIRST CLASS MAIL / PRIORITY MAIL / EXPRESS MAIL). <del datetime="2014-07-01T12:27" cite="mailto:Jordan,%20Robert%20C%20-%20Denver,%20CO"> <del datetime="2014-07-01T12:35" cite="mailto:Jordan,%20Robert%20C%20-%20Denver,%20CO">
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c6e2d0dfa5be660ec6ec8ab6ebb9a34f)
- Place of Performance
- Address: WESTERN FACILITIES CMT, 7540 E 53RD PLACE STE 281, DENVER, Colorado, 80266-9505, United States
- Zip Code: 80266-9505
- Zip Code: 80266-9505
- Record
- SN03431921-W 20140723/140721234905-c6e2d0dfa5be660ec6ec8ab6ebb9a34f (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |