Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 19,1995 PSA#1265

Dept. of the Army, St. Louis District, Corps of Engineers, 1222 Spruce Street, St. Louis, MO 63103-2833

C -- INDEFINITE DELIVERY ARCHITECT-ENGINEER (A-E) CONTRACT FOR HAZARDOUS TOXIC AND RADIOLOGICAL WASTE PROGRAM FOR THE ST. LOUIS DISTRICT Sol DACW43-95-R-0723. Contact Point, John A. Gaal, 314-331-8301, Contracting Officer, T.M. Laws, 314-331-8500. At least one contract will be issued for work on Superfund sites and sites formerly used by the Department of Defense which may be contaminated with hazardous and toxic waste and/or ordnance and explosive waste. Work for the survey and/or remediation of potential sites may include any or all of the following tasks: Detailed literature searches, hazardous and toxic waste sampling and analysis, explosive waste testing and analysis, geotechnical investigations, topographic surveys, and groundwater quality assessments. The primary purpose of the contract will be to perform preliminary assessments/site investigations, remedial investigations/feasibility studies and remedial design of Defense Environmental Restoration Program (DERP) sites under this contract. The A-E will assess the environmental damage at DERP sites being surveyed. The primary area for potential DERP sites is within the geographic boundaries of the US Army Corps of Engineers, Lower Mississippi Valley Division (LMVD) which includes all or portions of the States of MO, MS, LA, TN, KY, IL, TX, and AR, Potential DERP, Base Realignment and Closure (BRAC) and Superfund sites outside the primary area of responsibility may be investigated at the Government's discretion and upon agreement of the A-E. Investigations/studies may be performed for other Federal and State agencies within our outside the primary area at the Government's discretion and upon agreement of the A-E. Work will be accomplished under an indefinite delivery contract with each delivery order limited to a maximum of $500,000 and the total accumulative contract amount limited to $750,000 for a one-year period with an option to renew for two additional years. The contract is anticipated to be awarded in May 1995. Funds are not currently available but are anticipated prior to the award of this contract. This announcement is open to all businesses regardless of size. If a large business is selected for these contracts, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for these contracts are that a minimum of 5% of the contractor's intended subcontract amount to be placed with small businesses (SB), including small disadvantaged buinesses (SDB), and 2% be placed with SBD, including Historically Black Colleges and Universities or Minority Institutions. The plan is not required with this submittal. EVALUATION FACTORS. See Note 24 for general selection process. The evaluation factors shall include, in descending order of importance: (a) Technical expertise of firm and personnel to perform: 1. civil, geotechnical, safety, environmental and chemical engineering; 2. industrial hygiene, chemistry, groundwater hydrology, geology, cost estimating; 3. hazardous, toxic and explosive sampling and analysis; 4. topographic surveying. (b) Indepth knowledge of all environmental statutes (Resource Conservation and Recovery Act, Toxic Substances Control Act, Comprehensive Environmental Response Compensation and Liability Act, etc). DOD safety regulations involving ordance handling/disposal and the National Environmental Policy Act. (c) Chemical sampling and analysis performed by a laboratory which has been or can be validated by the US Army Corps of Engineers to perform the required analysis. (d) Professional Engineer registration of the responsible professional engineer-in-charge. (e) Past experience and demonstrated capabilities in environmental management, hazardous waste management, sampling analysis, groundwater assessment. (f) Past experience and demonstrated capabilities in explosive sampling and analysis. (g) capacity of firm to furnish equipment and personnel to accomplish the work as required to maintain delivery of a quality poduct on a timely schedule; (h) past performance on similar Department of Defense contracts and other contracts with respect to cost control, quality of work, and compliance with performance schedules; (i) geographical location of the firm with respect to LMVD boundaries; (j) Extent of participation of SB, SDB, Historically Black Colleges and Universities, Minority Institutions in the proposed contract team measured as a percentage of the estimated effort; (k) volume of DOD contracts awarded in the last 12 months as described in Note 24. SUBMISSION REQUIREMENTS. Firms having capabilities to perform this work and desire to be considered must submit a completed SF 255 (11/92 Edition) and appropriate data as described in Note 24. Only SF 255's received in this office within 30 calendar days from the date of notice will be considered. If an SF 254 is not on file with the U.S. Army Corps of Engineers, a current SF 254 shoul also be included. Multiple copies of the SF 254/SF 255's are not required. No notification to firms under consideration for this work will be made. Solicitation packages are not provided. This is not a Request For Proposal. (017)

Loren Data Corp. http://www.ld.com (SYN# 0027 19950118\C-0010.SOL)


C - Architect and Engineering Services - Construction Index Page