Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 1,1997 PSA#1982

U.S. Army Engineer District, Chicago, Corps of Engineers, 111 North Canal Street, Chicago, Illinois 60606-7206

C -- INDEFINITE DELIVERY ARCHITECT ENGINEER (A-E) FOR ENVIRONMENTAL ENGINEERING SERVICES FOR CHICAGO DISTRICT, N POC For technical information contact John Yagecic (312)353-6400 Ext. 3108. For Contracting information contact Katherine McClendon (312) 353-6400 Ext. 1701. 1. CONTRACT INFORMATION: Environmental Engineering services, procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are required for various civil works projects within the Chicago District boundaries (northeast IL and northwest IN for civil projects and all of IL for military funded projects). An Indefinite delivery contract will be negotiated and awarded with a base period not to exceed one year and two option periods, with each option period not to exceed one year. The amount of work in each contract period will not exceed approximately $1,000,000. The option period may be exercised when the contract amount for the base period has been exhausted or nearly exhausted. Work will be issued by negotiated firm-fixed price task orders. The contract is anticipated to be awarded in May 98. 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 subcontracting goals for Chicago District are: (1) at least 55% of a contractor's intended subcontract amount be placed with small businesses (SB), including small disadvantaged businesses (SDB) and women-owned small businesses (WOSB); (2) at least 8.5% of a contractor's intended subcontract amount be placed with SDB; and (3) at least 3% of a contractor's intended subcontract amount be placed with WOSB. The small business size standard for SIC 8711 (Engineering Services) is $2.5 million annual average gross revenue for the last 3 fiscal years. The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act. 2. PROJECT INFORMATION: Work includes environmental sample collection in support of LUST, CERCLA, RCRA, brownfields, and dredging projects, sample analysis, development of reports, and environmental investigation and design work. Most work will require subsurface core sampling. Most sampling work will be performed in Illinois and Indiana, but there is a remote possibility that some sampling work could be required in Minnesota, Wisconsin, Ohio, Kentucky, New York, Pennsylvania, West Virginia, Tennessee, Alabama, Mississippi, Georgia, Michigan, North Carolina, Virginia, South Carolina. 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 a through e are primary. Criteria f and g are secondary and will only be used as "tie-breakers" among technically equal firms. a. Specialized Experience and Technical Competence: (1) Recent documented experience in environmental sample collection and handling at LUST sites in accordance with Illinois regulations, including soil boring and sampling, and monitoring well installation and sampling; (2) Experience in environmental sample collection andhandling in support of CERCLA, RCRA, brownfields or other environmental programs including sampling of a wide variety of media in accordance with Illinois and Indiana regulations; (3) Technical competence in chemical and physical analyses of environmental samples for a wide range of parameters using USEPA SW-846 and other methods by a laboratory certified or capable of becoming certified by the state of Illinois under the Contract Laboratory Program (CLP) and by the U.S. Army Corps of Engineers, North Western Division (NWD); (4) The ability to collect sediment core and surface grab samples from rivers, harbors, lakes, and near shore Lake Michigan using a variety of techniques; (5) Experience in preparation of reports detailing the findings of sampling investigations including maps, technical drawings data, narrative discussion, boring logs, and comparison of data to Tier 1 and Tier 2 objectives established in Illinois Tiered Approach to Cleanup Objectives (TACO); (6) Experience in other general environmentalengineering work such as design of industrial waste water treatment facilities, risk analyses, soil and groundwater remediation, Phase I and II Site Assessments, pilot studies on treatment of contaminated media, non-invasive sub-surface scanning for buried tanks and drums, use of differential GPS, collection and analysis of asbestos containing materials (ACMs) and lead based paint, analysis and disposal of Investigation Derived Wastes (IDW). b. Professional Qualifications: (1) Experienced Environmental Engineers, Civil Engineers, and Geologists; (2) Professional Engineers licensed in Illinois and Indiana; (3) Engineering technicians and field personnel trained and experienced in environmental sample collection; (4) Field personnel with OSHA Hazardous Site Worker 40-hour training, Hazardous Site Supervisor training, first aid training, and CPR training in accordance with 29 CFR 1920.120 OSHA and 29 CFR 1926.65 OSHA and EM 385-1-1, U.S. Army Corps of Engineers Health and Safety Requirements Manual dated September 3, 1996. The evaluation will consider education, training, registration, overall relevant experience, and longevity with the firm. c. Past performance on DoD and other contracts with respect to quality of work, cost control, and timeliness and compliance with project schedules for primary contractor and significant subcontractors. d. Capacity to execute two work orders concurrently totaling approximately $500,000. The evaluation will consider the availability of equipment and an adequate number of personnel in key disciplines. e. Knowledge of Locality including Illinois and Indiana environmental regulations and bodies of water in northeast Illinois and northwest Indiana. f. Extent of participation of SB (including WOSB), SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. g. Volume of DoD contract awards in the last 12 months as described in Note 24. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit two copies of SF 255 (11/92 edition), and two copies of SF 254 (11/92 edition) for the prime firm and all consultants, to the above address not later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business of the next business day. Include the firm's ACASS number in SF 255, Block 3b. For ACASS information call 503-326-3459. In SF 255, Block 10 describe owned or leased equipment that will be used to perform this contract. Solicitation packages are not provided. This is not a request for proposal. (0330)

Loren Data Corp. http://www.ld.com (SYN# 0021 19971201\C-0007.SOL)


C - Architect and Engineering Services - Construction Index Page