Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 26,1998 PSA#2208

DOE/Federal Energy Technology Center, P.O. Box 10940, MS 921-143, Pittsburgh, PA 15236-0940

C -- ARCHITECT/ENGINEERING SERVICES SOL DE-AM26-99FT40527 DUE 112398 POC John R. Owen, Contract Speialist,(412)892-4879 FAX(412)892-6216, Randolph R. Cooper, Contracting Officer,(304)285-4160 WEB: click here to download a copy of the RFP, http://www.fetc.doe.gov/business/solicit/index.dtml. E-MAIL: http://www.cooper@fetc.doe.gov, http://www.owen@fetc.doe.gov. Professional Architect/Engineering (A/E) services for the preparation of abandoned mine land remediation design, construction plan and construction monitoring at the National Park Service (NPS) Big South Fork National River and Recreation Area (BISO), located on the Cumberland Plateau, northwest of Knoxville, Tennessee in southeastern Kentucky and northeastern Tennessee. An indefinite delivery order type of contract is contemplated with a 36 month period. Performance will include various types of A/E tasks related to environmental remediation projects of abandoned mine sites and reclamation construction oversight. The tasks shall include Title II -- detailed design services such as preparation of construction specifications, final drawings and construction bid statements and Title III -- pre-construction project staking, professional engineering supervision of construction contractors and as-built plans. The selected firm, its subsidiaries and affiliates, will be barred from award of any construction projects that the firm designed. The Statement of Work is available to interested firms on the Federal Energy Technology Center Home Page (http://www.fetc.doe.gov/business/solicit/index.html) and the report from the investigation to identify, characterize, and prioritize water quality impacts that result from contaminated mine drainage is available from (http://www.nature.nps.gov/wrd/phase3) The award will guarantee a $100,000 minimum dollar amount of task agreements. The 36 month period is estimated between $75,000 and $200,000 inclusive of fees and it is anticipated that there will be one award resulting from this procurement. However, the Government reserves the right to make any number of awards, or no award, if it is considered to be in the Government's best interest to do so. Expressions of interest will be accepted from joint ventures and other combinations, but DOE will contract with only a single business entity. In the case of joint ventures and other combinations, the combined experience and resources of all participants will be viewed for purposes of evaluation. The evaluation criteria to be used in the selection are: (A) Technical Approach, (B) Qualifications of Key Personnel and Proposed Project Organization, and (C) Related Organizational Experience and Facilities. Technical approach is more important than qualifications/organization and experience/facilities. Under (A) Technical Approach, the evaluation factors are: (1) the ability to demonstrate a comprehensive understanding of engineering, design, and construction of various state-of-the-art contaminated mine drainage remediation strategies involved in the SOW (2) demonstrated successful experience in preparation of construction plans, bid package specifications, and cost estimates required by the SOW (3) demonstrated successful experiences in oversight and inspection of all phases of construction activities to include as-built reports of the types required by the SOW (4) identification of potential problems in the execution of the SOW and the methods proposed to mitigate or avoid these problems. Under (B) Qualifications of Key Personnel and Proposed Project Organization, (1) the extent and adequacy of experience of proposed key personnel (prime and subcontractors) in designing and implementing remediation strategies to mitigate the environmental impacts of contaminated mine drainage on abandoned mine lands particularly those managed by Federal or State land management agencies (2) adequacy of the proposed organizational team (prime and subcontractor(s)) and organizational structure to successfully meet the requirements of the solicitation and perform the SOW. Under (C) Related Organizational Experience and Facilities. (1) present a corporate history of sound professional background in civil, hydraulic and structural engineering and supervisory construction engineering as they relate to the design and construction of projects to mitigate contaminated mine drainage and other abandoned mine lands environmental problems. Suitable references shall be submitted regarding the qualifications of the contractor's staff and the nature of the contractor's facilities and capabilities. Contractors which have completed three or more similar types of projects are preferred with projects managed by Federal or state agencies. (2) experience of the organization in successfully and effectively performing work of a similar size, complexity and nature; experience of the organization in implementing remediation strategies to mitigate the environmental impacts of contaminated mine drainage on abandoned mine lands; the size and depth of the organization to allow full accommodation of all project needs; the type and quality of any required facilities, support services, and equipment/instruments required to competently and professionally carry out the activities required to perform this project shall be presented by the offeror. In addition to a specific response to the evaluation criteria in the order listed, a list of states and categories in which your organization is legally qualified to do business, including registration or license numbers. The selection of the most qualified contractor for negotiation of a contract will be based on the above evaluation criteria and judgement of the selection official. Those firms who meet the requirements described in this announcement and wish to be considered for selection should submit an original and six (6) copies of SF 254 and SF 255 and the appropriate data within 30 days of this publication to the address above. Responding firms are required to state whether they are small business, small disadvantaged business and/or woman-owned business in Block 4 of SF 254. Responses to the announcement shall not exceed fifty pages (50), excluding resumes. A request for proposal will not be issued; therefore, responses to the announcement should be complete. The point of contact is to the above address, to the attention of John R. Owen, MS921-143, (412) 892-4879. Posted 10/22/98 (W-SN264386). (0295)

Loren Data Corp. http://www.ld.com (SYN# 0016 19981026\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page