|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 31,1995 PSA#1463US ARMY ENGINEER DIVISION, ATTN CEHNDPM-AE, 4820 UNIVERSITY SQUARE,
HUNTSVILLE AL 35816 C -- INDEFINITE DELIVERY/QUANTITY (ID/IQ) CONTRACT FOR A-E SERVICES
FOR EXECUTION OF ENVIRONMENTAL COMPLIANCE ASSESSMENTS FOR THE DEFENSE
LOGISTICS AGENCY, FORT BELVOIR, VA SOL W31RYO-5299-0341 POC Contracting
Specialist, Lisa Parker, 205-895-1387; Contracting Officer, J. N.
Etheridge III (Site Code DACA87) Architect-Engineer (A-E) services are
required to plan, conduct, and document environmental compliance
assessments at DLA facilities CONUS and OCONUS; and to develop
compliance management plans, spill and emergency response plans, and
other related studies and reports. An indefinite delivery/indefinite
quantity contract will be negotiated and awarded with a base period of
one year and two optional periods of one year each. Individual
fixed-price delivery orders will not exceed $150,000 and the annual
ceiling for the base year and each option year of the contract is
$750,000. The contract is anticipated to be awarded in Jan 96. This
announcement is open to all businesses regardless of size. If a large
business is selected for this contract, it must comply with FAR
52.219-9 regarding the requirement for a subcontracting plan on that
part of the work it intends to subcontract. The plan is not required
with this submittal. 2. PROJECT INFORMATION: Work involves planning and
conducting environmental compliance assessments to include a review of
current operations and maintenance procedures, spill prevention and
response plans; a detailed field survey of the facility related to
generation, storage and disposal of wastewater, solid waste, hazardous
waste/materials; an evaluation of air and water (surface/groundwater)
pollution abatement programs; and an assessment of SARA Title III
(Emergency Planning/Community Right-to Know) and pollution prevention
programs. Work may also include development of compliance management
plans, spill and emergency response plans, and other related studies
and reports. 3. SELECTION CRITERIA: See Note 24 for general A-E
selection process. The selection criteria are listed below in
descending order of importance (first by major criterion and then by
each sub-criterion).Criteria 1-4 are primary. Criteria 5-6 are
secondary and will only be used as tie-breakers among technically equal
firms. (1) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE IN TYPE OF
WOR REQUIRED: SUBFACTORS: (a) Demonstrated experience in performing
comprehensive environmental compliance assessments at DoD facilities in
accordance with DoD developed compliance checklists. (b) Demonstrated
knowledge of DoD, Defense Logistics Agency (DLA), U.S. Environmental
Protection Agency (USEPA), and multiple state regulations, laws,
guidance, and executive orders pertaining to environmental compliance.
(c) Demonstrated experience in development of spill prevention control
and countermeasure plans and contingency plans. (d) Demonstrated
experience in air emissions inventory reviews and air emissions
calculations. (2) PROFESSIONAL QUALIFICATIONS NECESSARY FOR
SATISFACTORY PERFORMANCE of REQUIRED SERVICES: SUBFACTORS: (a)
Capability of providing a multidisciplinary team of professionals in
the disciplines of project management, environmental engineering,
environmental scientists, health and safety specialists, cultural and
natural resource specialists, air quality specialists, and
environmental regulatory specialists. (b) Capability of providing
Professional Engineering registration in multiple states. (3) CAPACITY
TO ACCOMPLISH THE WORK IN THE REQUIRED TIME: Interested firms must
demonstrate that they have in-house capacity, or adequate forces, to
perform work on delivery orders simultaneously. (4) PAST PERFORMANCE ON
CONTRACTS WITH GOVERNMENT AGENCIES and PRIVATE INDUSTRY IN TERMS OF
COST CONTROL, QUALITY OF WORK, and COMPLIANCE WITH PERFORMANCE
SCHEDULES: The proposed contract type is firm- fixed-price indefinite
delivery/indefinite quantity. Demonstrated ability to provide quality
products, stay within fixed cost, and maintain performance schedules,
is important. Firms with unsatisfactory or marginally unsatisfactory
past performance evaluations(poor or below average) will be downgraded
appropriately in consideration for award of this contract. (5)
LOCATION IN THE GENERAL GEOGRAPHICAL AREA OF THE PROJECT AND KNOWLEDGE
OF THE LOCALITY of THE PROJECT, PROVIDED THAT APPLICATION OF THE
CRITERION LEAVES an APPROPRIATE NUMBER OF QUALIFIED FIRMS, GIVEN THE
NATURE AND SIZE of THE PROJECT: Not applicable to this contract. (6)
VOLUME OF WORK AWARDED BY DOD DURING the PREVIOUS 12 MONTHS: SUBFACTOR:
Equitable distribution of work among A-E firms, including small and
small disadvantaged business firms and firms that have not had prior
DoD contracts, will be a consideration of the Selection Board.This
contract is not set aside under either of these criteria, however,
responding large business firms are urged to consider seriously the
award of subcontracts to small disadvantaged and other small business
firms. In determining the value of DoD awards over the past 12 months,
awards to overseas offices for projects outside the United States, its
territories and possessions, to a subsidiary, if the subsidiary is not
normally subject to management decisions, bookkeeping, and
incorporated subsidiary that operates under a firm name different from
the parent company will not be considered. Interested firms are
requested to state in Block 10 of the SF 255 the value of all A-E
contract awards to the firm, including modifications, by the DoD during
the previous 12 months as of the date of this announcement. Special
instructions on submittal length. The entire submittal package shall
not exceed 130 pages, and Blocks 7,8,and 10 of the Standard Form 255
(SF255) shall not exceed 30, 20, and 50 pages respectively; and
Standard Form 254 (SF254) shall not exceed 20 pages. Any pages in
excess of these limits will not be evaluated. Submittals must be
received at the address indicated above not later than the close of
business 30 calendar days from the publication date of this
announcement with ''day 1'' being the next day after publication. If
the 30th calendar day falls on a weekend or a holiday, the last day for
receipt will be the following business day. Only one copy of the
submittal is required. If sending submittal by overnight express, the
street address and zip code is US Army Engineer Division, Huntsville,
ATTN: CEHND-PM-AE (Lisa Parker), 4820 University Square, Huntsville, AL
35816-1822. See Note 24. Note 24 appears on the back of every Monday
issue of this publication. (0300) Loren Data Corp. http://www.ld.com (SYN# 0021 19951030\C-0009.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|