|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 22,1996 PSA#1727U.S. Army Engineer District, Alaska, ATTN: CENPA-EN, P.O. Box 898,
Anchorage, AK 99506-0898 (Physical Address: Bluff & Plum Streets,
Building 21-700 (Rm 250), Elmendorf AFB, AK 99506-0898) C -- INDEFINITE DELIVERY ARCHITECT-ENGINEER SERVICES CONTRACT FOR
HTRW, VARIOUS LOCATIONS, ALASKA SOL DACA85-97-R-0004 POC Administrative
Inquiries: Ms. Michelle R. Mandel, 907/753-5633 or Technical Inquiries:
Mr. Ted Bales, 907/753-5666, Contracting Officer: Ms. Gail West 1.
CONTRACT INFORMATION: 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 for that part of thework it intends to subcontract.
The FY97 subcontracting goals for this contract are a minimum of 55% of
the contractor's intended subcontract amount be placed with small
businesses, 8.5% of that to small, disadvantaged businesses, and 3.0%
towoman-owned businesses (percentages set by HQUSACE). The
subcontracting plan is not required with this submittal, but will be
submitted by the selected AE during contract negotiation. All
responders are advised that this project may be canceled orrevised at
any time during the solicitation, selection, evaluation, negotiation
and final award. This contract shall be an indefinite delivery firm
fixed price. The yearly contract limit is $8 million. The contract may
include options for twoadditional option years at an additional $8
million per year. There will be no delivery order limit. More than one
contract may be awarded with the awards staggered every 6 months. The
AE's shall be ranked in accordance with the selection criteria.The
first contract award is anticipated to be awarded Mar 97. 2. PROJECT
INFORMATION: The AE selected would be required to have sufficient
staff, flexibility, and capability to be available on an as-needed
basis. The Corps' HTRW program coversplanning and design for cleanup of
unsafe, hazardous, toxic, and radiological wastes, and debris at
various locations in Alaska. Firm(s) selected must have the skills for
and may perform any or all of the following tasks: technical expertise
in allphases of environmental and HTRW management; chemical sampling;
resource and regulatory agency coordination; RCRA/CERCLA/SARA/TSCA
compliance as appropriate for specific sites or projects; detailed
record and title searches; community relations;developing conceptual
site and source models; developing scopes of work (SOW); supervising
and performing assessments; site investigations; remedial
investigations/feasibility studies; debris inventory; establishment of
Data Quality Objectives (DQOs);developing and implementing sampling
analysis, chemical QA/QC, and health and safety plans; assessment of
chemical data quality and development of chemical quality assurance
reports, reviewing and interpreting chemical sampling analysis, and
developingalternative remedial measure; performing hazard assessments
and human health and ecological exposure/risk assessments; selecting
the most appropriate, cost effective remedial action; scoring the site
using the EPA Hazard Ranking System (HRS); preparingremedial action
contract plans, specifications, design analysis, and cost estimates;
perform chemical data validation that complies with current USEPA Level
IV functional guideline requirements; perform underground storage tank
assessment work (requiresQuality Assurance Program Plan (QAPP)
approved by the Alaska Department of Environmental Conservation); and
technical support during the construction phase. The firm must
demonstrate ability to provide CADD-formatted drawings and use
MCACES-Gold(estimating system) for all projects. The MCACES-Gold
program shall be furnished by the Government. Firms should have access
to laboratories participating in the EPA Contract Laboratory Program
(CLP) or the equivalent capabilities required for the CLP. The lab
facilities will require Corps of Engineers' validation for all required
testing. The validation requires a comprehensive laboratory Quality
Control (QC) manual, successful analyses of performance audit (PA)
samples, laboratory facilityinspection, and personnel interviews.
LOCATION: Various Locations, Alaska. The AE contractor shall employ,
for the purpose of performing contract work in the State of Alaska,
individuals who are residents of the State, and who, in the case of
anycraft or trade, possess or would be able to acquire promptly the
necessary skills to perform the contract (This means that work
physically completed in the state of Alaska (i.e., geotechnical,
survey, etc.) must use Alaskan residents. Please contactthe
Administrative POC above if you require further explanation.). 3.
SELECTION CRITERIA: Selection criteria will be based upon the following
(descending order): (A) professional qualifications: (1) minimum
in-house requirements are (weightedequally) 2 senior level staff each
with a minimum of 10 years experience of which 5 years are specifically
related to environmental and HTRW activities, 1 senior chemist with a
minimum of 5 years experience with CERCLA and RCRA test methods, 1
biologistexperienced with the National Environmental Policy Act and the
ecological assessment of hazardous waste sites under CERCLA, and 3
professional registered engineers, 1 civil engineer, 1 environmental
engineer with an accredited college degree inngineering, and 1 chemical
engineer; (2) AE Firm(s) should be multi-disciplined in the
environmental field but may subcontract certain specialized work such
as: underground storage tank assessment work, preparation of risk
assessment and treatabilitystudies including bench and pilot studies,
and chemical data validation to comply with USEPA Level IV. Disciplines
which may be subcontracted (weighted equally): an American Board of
Industrial Hygiene certified industrial hygienist,
registeredgeologist/groundwater hydrologist personnel, geotechnical
engineer, toxicologist, field chemists. Field chemists must each have
a minimum of 3 years chemical and environmental sampling experience
with preference given to arctic and subarctic samplingexperience. The
2 senior level essential staff identified above may be interviewed
during the selection process. Responding firms MUST address each
discipline, clearly indicate which shall be subcontracted, and provide
a separate SF254 and SF255 foreach subcontractor; (B) specialized
experience and technical competence in Corps HTRW-type of work; (C)
capacity to maintain schedules and accomplish required work in the
required time; (D) past performance on DOD and other contracts with
respect tocost control, quality of work, and compliance with
schedules;(E) location of the essential staff in the general
geographical area of the projects and knowledge of locality of the
projects, provided that application of this criterion leaves
anappropriate number of qualified firms, given the nature and size of
the projects; (F) volume of DOD contract awards in the last 12 months;
and (G) extent of participation of SB, SDB, historically black
colleges and universities, and minorityinstitutions in the proposed
contract team, measured as a percentage of the estimated effort. 4.
SUBMISSION REQUIREMENTS: Firms submitting SF 255s (1 copy only) should
include: (1) organization of proposed project team, including
essential staff andsupport staff; (2) the physical location of each
project team member; (3) responsibilities and authority of key project
personnel, (4) relationship of project team to overall organization of
the firm, including current staffing and organization of anyAlaskan
office; (5) technical competence of the firm related to HTRW tasks and
specifically identify in-house capabilities; (6) the office location
of each function in environmental and HTRW management including
chemical sampling and/or analysis; (8) aninternal quality control plan,
(9) personnel, their assigned office, and whether or not they are
medically qualified and health and safety trained to enter hazardous
waste sites, this should include dates and types of training which meet
Federal andstate law requirements; and (10) 5 client references with
telephone numbers and related project names. The 11/92 edition of the
SF 254 and 255 MUST be used, and may be obtained from the Government
Printing Office, by calling the administrative contactnamed above, or
from commercial software suppliers for use with personal computers and
laser printers. Submittals must be received at the address indicated
above not later than COB (4:00 pm Alaska time) on the 30th day from the
date of thisannouncement. If the 30th day is a Saturday, Sunday, or
Federal holiday, the deadline is the close of business of the next
business day. Any submittals received after this date cannot be
considered. No additional information shall be provided, and nofaxed
submittals shall be accepted. Solicitation packages are not provided.
(0325) Loren Data Corp. http://www.ld.com (SYN# 0016 19961121\C-0007.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|