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