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