|
COMMERCE BUSINESS DAILY ISSUE OF JULY 31,1995 PSA#1399U. S. ARMY ENGINEER DISTRICT, MOBILE, ATTN: CESAM-EN-MN, P. O. BOX
2288,, MOBILE ALABAMA 36628-0001 OR 109 ST., JOSEPH STREET MOBILE
ALABAMA 36602 C -- IND DEL CONTRACTS FOR A-E SERVICES TO PERFORM HAZARDOUS, TOXIC &
RADIOACTIVE WASTE & ENVIRONMENT COMPLIANCE SERVICES POC Contact Mr.
Dan Mizelle, 334/441-5741; Contracting Officer, Edward M. Slana (Site
Code W31XNJ) CONTRACT INFORMATION: (Refer to RFP: DACA01-95-R-0115) A-E
services are required for up to Four (4) Indefinite Delivery Contracts
to perform Hazardous, Toxic, and Radioactive Waste and Environmental
Compliance Services for the Mobile District. This announcement is open
to all businesses regardless of size. The contracts will be awarded
for a one year period with an option to extend the contracts for four
additional years, not to exceed a total of five years. Work to be
subject to satisfactory negotiation of individual delivery orders not
to exceed $1,000,000 each, with a total not to exceed $2,000,000 for
each 12-month period. If a large business is selected for this
contract, it must comply with FAR 52.219-9 regarding the requirement
for a subcontracting plan for that part of the work it intends to
subcontract. The subcontracting goals for this contract are a minimum
of 60% of the contractor's intended subcontract amount be placed with
small businesses (SB), including small disadvantaged businesses (SDB),
and women-owned business, 7% be placed with SDB, and 5% for
women-owned business. The subcontracting plan is not required with this
submittal. 2. PROJECT INFORMATION: A-E Services provided under these
contracts will include, but are not limited to, any or all of the
following environmental tasks: General environmental compliance and
pollution prevention studies/plans; hazardous, toxic, and waste
investigations, feasibility studies, and remedial designs;
environmental/safety and health audits; environmental modeling; risk
assessments; sampling and chemical analyses; subsurface exploration and
investigation; ground and surface water quality assessments; air
quality monitoring, testing, and permitting; aerial photography
interpretation; water and wastewater studies and designs; environmental
management plans; natural resource studies; socio-economic studies; an
in-depth knowledge of DoD Safety Regulations and applicable
environmental statutes; and environmental compliance
studies/investigations/designs. The firms must be able to obtain
licenses for all applicable disciplines covered by the State Licensing
Board for projects located in AL, MS, FL, TN, GA, Puerto Rico, and the
Virgin Islands and must possess the capability of obtaining
registration in other states as required. The majority of the work will
be located in the southeastern United States, with possible work in
South or Central America or other locations as may be assigned to the
Mobile District. The contracts will primarily be used, but not limited,
to support Army and Air Force work. 3. SELECTION CRITERIA: See Note 24
for general selection process. The selection criteria are listed below
in descending order of importance (first by major criterion and then by
each sub-criterion). Criteria A-D are primary. Criteria E-G are
secondary and will only be used as ''tie-breakers'' among technically
equal firms. A. Professional capabilities: The contract will require
the following disciplines with registration required for Engineering:
(1) Environmental Engineer; (2) Civil Engineer; (3) Geotechnical
Engineer; (4) Chemical Engineer; (5) Industrial Hygienist; (6) Chemist;
(7) Hydrogeologist; (8) Geologist; (9) Biologist; (10) Cost Estimator;
(11) Risk Assessment Specialist. Resumes (Block 7 of the SF 255) must
be provided for these disciplines, including consultants. In the
resumes under Project Assignments, use the same discipline's
nomenclature as is used in this advertisement. Additional evaluation
factors are provided in order of importance: B. Specialized experience
and technical competence: (1) Hazardous, Toxic, and Waste
Investigations/Risk Assessments/Designs; (2) Environmental Compliance
Studies/Investigations/Designs; (3) Water and Wastewater
Studies/Designs; (4) Environmental Baselines for Real Estate
Evaluations; (5) Environmental Audits. (6) In Block 10 of the SF255
describe the firm's quality management plan, including the team's
organization with an organizational chart, quality assurance, cost
control, and coordination of the in-house work with consultants. C.
Capacity to Accomplish the Work: Current and anticipated workload of
the firm during the timeframe of this proposed contract. Personnel
physical location/s should be indicated in Block 7a. Firms with
multiple offices must clearly indicate which office and which employees
will be involved with various portions of work. The selected firm must
have the capability to perform multiple tasking concurrently. D. Past
Performance: Past performance on contracts with respect to cost
control, quality of work, and compliance with performance schedule. E.
Geographic Location: Geographic location with respect to the
Southeastern United States. F. Small Business, Small Disadvantage
Business, and Women Owned Business Participation: Extent of
participation of small businesses, small disadvantaged businesses,
women owned businesses, historically black colleges and universities,
and minority institutions in the proposed contract team, measured as a
percentage of the total estimated effort; G. Equitable Distribution of
DoD contracts: Volume of DoD contract awards in the last 12 months as
described in Note 24. 4. SUBMISSION REQUIREMENTS: See Note 24 for
general submission requirements. Interested firms having the
capabilities to perform this work must submit a copy of their SF 254
and SF 255, and a copy of each consultant's SF 254. The 11/92 edition
of the forms must be used, and may be obtained from the Government
Printing Office. These must be received in the Mobile District Office
(CESAM-EN-MN) not later than close of business on the 30th day after
the date of publication of this solicitation in the Commerce Business
Daily. If the 30th day is a Saturday, Sunday, or Federal holiday, the
deadline is the close of business on the next business day. Include
ACASS number in Block 3b and RFP number in Block 2b. Solicitation
packages are not provided. This is not a request for proposal. As
required by acquisition regulations, interviews for the purpose of
discussing prospective contractors' qualifications for the contracts
will be conducted only for those firms considered highly(0208) Loren Data Corp. http://www.ld.com (SYN# 0026 19950728\C-0015.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|