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