Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 22,1996 PSA#1727

U.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