Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 31,1995 PSA#1463

US 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