Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 31,1995 PSA#1399

U. 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