|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 28,1995 PSA#1292U.S. Army Corps of Engineers, Transatlantic Division, P.O. Box 2250,
Winchester, VA 22604-1450 C -- A POC Point of Contact, Mr. John R. Krueger (703) 665-3936
Asbestos Inspection, Training, Assessment and Abatement Design and/or
Review at Various Overseas Department of Defense Education Activity
(DODEA) Locations. Solicitation DACA 78-95-R- 0013. Point of Contact,
John R. Krueger (703) 665-3936. AE services will consist of inspection
and assessment as required for asbestos containing materials (ACM),
abatement design and/or review, at various DODEA overseas locations.
All asbestos related work and conditional site survey work must be done
in compliance with the Asbestos Hazard Emergency Response Act (AHERA)
and EPA Regulation 40CFR763 (Asbestos Containing Material in Schools,
Final Rule and Notice). The proposed contract will be an indefinite
delivery type (IDT) with an approximate 1 July 1995 award based upon
receipt of authorization and funding. The basic contract award will be
for an initial 1 year period and will be extendable at the
Government's option for 1 additional year. The contract will have an
annual ceiling limitation of $2 million and an individual order
limitation of $500,000. Interested firms should identify the capability
to have asbestos samples analyzed by a laboratory participating in the
US EPA quality assurance program. Interested firms should also
indicate their willingness and capability to provide asbestos
inspection services (Title II Services) during the construction phase.
Engineering services are required for, but not limited to, the
following areas and numbers of schools: Germany (109); Bahrain (1);
Belgium (4); Cuba (2); Iceland (2); Italy (14); Japan and Okinawa (26);
Korea (6); Netherlands (6); Norway (1); Panama (13); Portugal (2);
Spain (3); Turkey (4); and the United Kingdom (13). Interested firms or
joint ventures should address their capability to perform concurrently
in each of the five main DODEA regional areas (Atlantic, Germany,
Mediterranean, Pacific, and Panama/Islands). Interested firms
indicating their capability to obtain design and/or technical support
from firms indigenous to the location of the services will be
preferred. Demonstration of capability will include specific
identification of the firm or firms to be employed as joint venture
partners, or as subcontractors, for the documentation of local
requirements. Design drawings and specifications will be prepared in
both English and the host nation language, and will contain all
required provisions of the host government relating to asbestos
abatement, removal, and disposal. Firms shall also address their
currently established quality assurance plan in Section 10 of SF 255,
including management approach, coordination of disciplines and
subcontractors, and quality control procedures. Significant evaluation
factors in the relative order of importance are: (1) professional
qualifications and related experience of firm, subcontractors or joint
venture members, and the proposed staff; (2) current technical
certification of staff members as required by EPA regulations issued
under AHERA and ability to comply with host nations' asbestos
regulations; (3) recent experience in implementation of EPA and OSHA
asbestos regulations as related to schools; (4) staff size and
capability to accomplish the work in the required time; (5) past
experience with US Government contracts in the main geographical areas
identified above; (6) familiarity with asbestos regulations and
ability to comply with host nation building codes and construction
practices; and (7) past performance on contracts with respect to cost
control, quality of work, and compliance with performance schedules.
Firms shall indicate business size (large or small) in Block 3 of the
SF 255, and the total dollar value of DOD contract awards made during
the past 12 months in Section 10 of the SF 255. This is not an RFP.
Firms desiring consideration shall submit an SF 254 and SF 255 (11/92
edition) postmarked or delivered within 30 calendar days from the date
of this announcement. Firms submitting other than the 11/92 edition of
the SF 254 and SF 255 will not be evaluated. Small and small
disadvantaged firms meeting the above qualifications and firms
proposing the use of small and small disadvantaged firms are encouraged
to respond to this announcement. NOTE: The above evaluation factors
supersede those listed in Note 24 of the CBD. Note 24 factors do not
apply to this selection. Appointments to discuss the project
requirements will not be scheduled, and inquiries regarding the status
of selection during the next 90 days are discouraged. (0055) Loren Data Corp. http://www.ld.com (SYN# 0021 19950227\C-0011.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|