|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 10,1997 PSA#1863Bureau of Indian Affairs, Navajo Area Office, Branch of Contracts and
Property Management, P.O. Box 1060, Gallup, New Mexico 87305-1060 C -- ARCHITECT-ENGINEER (A-E) FOR ENVIRONMENTAL SERVICES SOL N00-97-17
DUE 070797 POC Point of Contact -- Contact Edison Leslie, Contract
Specialist, (505) 863-8228 The Bureau of Indian Affairs, Navajo Area
Office, Gallup, New Mexico intends to award an Architect-Engineer
Indefinite Delivery/Indefinite Quantity contract for Environmental
Services. This prospective Firm Fixed Price contract will consist of
delivery orders requiring various environmental services at various
locations on the Navajo Indian Reservation in state of Arizona, New
Mexico and Utah. This acquisition is set-aside for 51% Indian-owned and
controlled firms under the Buy Indian Act, 25 USC 47. Joint Ventures
are not acceptable, and Indian entities who do not have business
offices within 200 miles of Gallup, New Mexico will receive less
points. Environmental services required during the term of the proposed
contract include: environmental and construction consulting, developing
environmental checklists and performing environmental inspections,
corrective measures studies, remedial investigations, feasibility
studies, engineering studies/evaluations, tank tightness testing,
preparing design plans,specifications, cost analysis, closure plans,
sampling plans, health and safety plans, environmental assessments,
quality assurance programs, conduct hazardous materials inventories,
and other technical assistance including: preparation of manifests,
handling and disposal of hazardous materials; supervision in sampling
and construction of chemical repositories; locating of lead abatement
contractors and recyclers, and; certification requirements. Specific
statement of work and services required will be issued with each
delivery order. Work subject to negotiation under each delivery order
shall not exceed $100,000. with a total for each one-year period not to
exceed $300,000. Selection evaluation criteria in descending order of
importance will include: (1) Specialized Experience -- Recent
experience in a full range of environmental services including Resource
Conservation Recovery Act (RCRA) projects, preferable involving
corrective measures studies, Spill Prevention Control and
Countermeasures (SPCC) projects or other tank farm-type projects and
petroleum spill remediations including arrangements for disposal, (2)
Professional Qualification -- Technical competence of the firm's
project staff to provide a full range of environmental engineering
services. Firm should furnish resumes of the firm's project staff,
their proof of professional engineer's and other specialists license,
and their affiliation to the corporation. Greater consideration will be
given to those firms whose project staff are present employees of the
firm, (3) Performance -- Past performance ratings of government
agencies and private industry on contracts in terms of cost control,
quality work and compliance with performance schedules, and (4)
Location -- Geographic location of the firm to ensure timely response
(A 4-hour response time is desirable) to unanticipated requests for
on-site support, and familiarity of the Navajo Indian Reservation and
knowledge of regulatory requirements that effect the reservation. Firms
meeting the requirement described in the announcement and desiring
consideration are invited to submit a completed Standard Form 254,
Architect-Engineer and Related Services Questionnaire and Standard Form
255, Architect-Engineer and Related Services Questionnaire for Specific
Project to the address shown above, Attention: Edison Leslie. The
SF-254's and SF-255's must be received in the office shown above no
later than 3:00 P.M., local time on July 7, 1997. The most highly
qualified firms will be issued a Request of Proposal (RFP) and be
requested to submit a technical and cost proposal and a health and
safety plan. Award of a contract is anticipated in September 1997. This
is not a Request for Proposal. (AC0606016-02) (0157) Loren Data Corp. http://www.ld.com (SYN# 0022 19970610\C-0010.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|