Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 9,1995 PSA#1406

Department of the Army, Baltimore District, Corps of Engineers, P.O. Box 1715, Baltimore, MD 21203-1715

C -- INDEFINITE DELIVERY-TYPE (ENVIRONMENTAL ENGINEERING) CONTRACT, FOR FORT A. P. HILL, BOWLING GREEN VA SOL DACA31-95-R-0087 POC Charlene V Brown, (703)805-2987, Contracting Officer Marie E Raglind (703)805-2970 1. CONTRACT INFORMATION: A-E services to be performed under this contract will provide environmental engineering support for the U.S. Army, Fort A.P. Hill, Bowling Green, VA and other Army installations. Work will provide support in the area of environmental engineering to include water, wastewater archeological surveys; underground and aboveground investigations, geostatistical and GIS information and hazardous waste closure risk assessment. One firm-fixed price Indefinite Delivery-Type contract will be negotiated and awarded. Contract will be for a base period of one year and an option period of one year. The annual ceiling for the base year and the option year is $750,000. Individual delivery orders will not exceed $150,000. The contract is anticipated to be awarded in Feb 96. Subcontracting Plan Requirements: If the selected firm is a large business concern, a subcontracting plan will be required, on that part of the work it intends to subcontract, consistent with Section 806(b) of PL 100-180, PL 95-507, and 99-661. A minimum of 25% of the total planned subcontracting dollars shall be placed with small business concerns (SB), and 8% be placed with small disadvantaged businesses (SDB), including Historically Black Colleges and Universities or Minority Institutions, and 5% with Women-Owned Businesses (WOB). This plan is not required with this submittal. 2. PROJECT INFORMATION: Work includes technical investigations, obtaining data, performing studies, risk assessments and other documents on environmental problems that are encountered during the operation and maintenance of U.S. Army Installations and facilities. The selected firm shall be able to evaluate and provide on-site assistance to improve performance of pollution control and compliance with Federal, state, regional and local regulations; provide hazardous waste; backflow preventions and asbestos training; prepare and implement closure plans for hazardous and solid waste; site specific O&M manuals for pollution prevention programs; solid waste sampling and analysis plans; economic analysis; and engineering feasibility studies. Related services such as furnishing drawings, specifications, and cost estimates may also be required as an option. 3. SELECTION CRITERIA: See Note 24 for general A-E selection process. The following criteria is required: 1) Specialized experience of the firm in evaluation of situations and operations having an environmental consequence; 2) Proposed management plan and organizational chart of the project team to be utilized. The plan must show the working relationship of all key personnel, by discipline, and name of responsible individual for each; 3) Professional qualifications of the firm's staff and consultants to be assigned a project; 4) Past experience, if any, of the firm with respect to performance on Department of Defense Contracts, or other contracts; 5) Capacity of the firm to accomplish the work. The required disciplines are civil, environmental, and chemical engineers and certified industrial hygienist; minimum of two (2) each of the disciplines are required. The selected firm should provide geostatisticsl and GIS support utilizing GRASS, AUTOCADD, and colorview software in conjunction with GPS data collection and remote sensing. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements . Interested firms having the capabilities to perform this work must submit one copy of SF 255. A SF 255 must be submitted for prime and joint ventures. A SF 254 must be submitted for prime, joint ventures, and consultants. The SF 255 and SF 254 shall clearly indicate the staffing of the office(s) indicated to do the work. Responses to this announcement received within 30 days from the date of this issue will be considered for selection. Street address: City Crescent Building, ATTN: Charlene V. Brown, Room 7000, 10 South Howard Street, Baltimore, Maryland 21201. Technical questions should be directed to Terry Banks ((804) 633-8255. Solicitation packages are not provided. This is not a request for proposal. (0219)

Loren Data Corp. http://www.ld.com (SYN# 0012 19950808\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page