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