|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 22,1999 PSA#2287U.S. Army Corps Of Engineers -- Mobile, Contracting Division, CESAM-CT
(109 St. Joseph Street 36602) PO Box 2288, Mobile, AL 36628-0001 C -- IDC TO PROVIDE ENVIRONMENTAL SUPPORT TO CIVIL, MILITARY, &
FEDERAL AGENCIES SOL DACA01-99-R-0026 DUE 032399 POC Contact Dewayne
Brackins, (334) 694-3743; Contracting Officer, Edward M. Slana WEB:
http://www.sam.usace.army.mil/sam/ct/cgi-win/projlist.exe,
http://www.sam.usace.army.mil/sam/ct. E-MAIL:
cesam.plansroom@sam.usace.army.mil, cesam.plansroom@sam.usace.army.mil.
CONTRACT INFORMATION: A-E services are required for an Indefinite
Delivery Contract to provide environmental support to Civil, Military
and Federal agencies. It includes professional services to support
civil and military environmental programs for Army, Army Reserves,
National Guard, and other Department of Defense and other Federal
Agencies. The Contractor will be required to perform services at
federal/military projects throughout the world, including the
Continental United States, its territories, South and Central America
and other world nations yet unidentified. The contract will be awarded
for a one-year base period with options to extend the contract for two
additional one-year periods, not to exceed a total of three years. Work
under this contract to be subject to satisfactory negotiation of
individual task orders, with the total contract not to exceed
$1,000,000 for each contract period. (If the $1,000,000 limit for a
contract period is exhausted or nearly exhausted prior to 12 months
after the start of the period, the option for the next contract period
may be exercised). There is a possibility that multiple contracts may
be awarded on this solicitation. Selection of A-E firms is not based
upon competitive bidding procedures, but rather upon the professional
qualifications necessary for the performance of the required services.
All interested Architect-Engineers are reminded that, in accordance
with the provisions of PL 95-507, they will be expected to place
subcontracts to the maximum practicable extent consistent with the
efficient performance of the contract with small and small
disadvantaged firms. If a large business is selected for this contract,
it must comply with FAR 52.219-9 regarding the requirement for a
subcontracting plan for that part of the work it intends to
subcontract. The subcontracting goals of the Mobile District which will
be considered in the negotiation of this contract are as follows: a
minimum of 61.2% of the contractor's intended subcontract amount be
placed with small businesses (SB), 9.1% be placed with small
disadvantaged business (SDB), and 4.5% be placed with women-owned small
businesses (WOSB). The firm selected for this contract will be required
to submit a detailed subcontracting plan during contract negotiation.
If the selected firm intends to submit a plan with lesser goals, it
must submit written rationale in the plan why the above goals can not
be met. A firm fixed price contract will be negotiated. The standard
Industrial Classification (SIC) code for this action is 8711. PROJECT
INFORMATION: A-E Services provided under this contract will include,
but are not limited to all types of environmental support for the
following: Army Base Realignment and Closure (BRAC), Department of
Defense Joint Stewardship of Public Lands Withdrawn for Military Use,
Privatization of Military Utilities and Family Housing, Military
Acquisition, all compliance and conformance issues, development and
management of land/natural cultural resource issues, study of
contaminated sites, river basin studies, and civil works project
construction and operation. It will include but not be limited to
preparation of any or all of the following: Environmental Assessments
(EA), Environmental Impact Statements (EIS), Records of Decision (ROD),
or portions thereof, as defined by the National Environmental Policy
Act (NEPA), associated documents, and pertinent implementing guidance.
Specific services include: scientific analyses and assessments of
biological, ecological, Cultural/historic, and archaeological
resources; endangered and threatened species inventories; habitat
evaluations; Waters of the U.S. (WoUS) determinations and mapping;
identification of current and projected land uses, including potential
use and reuse alternatives; identification and evaluation of potential
impact mitigation measures; preparation of master plans for development
and management of natural resources including natural resources
management planning; coordination with interested Federal, state and
local agencies and organizations; preparation of public involvement
plans and facilitation of public meetings; regulatory compliance; and
using Geographic Information Systems (GIS) and similar technologies.
Additional services will include those activities required for the
preparation of an Environmental Baseline Survey (EBS). Additional
services required include preparation of Findings of Suitability to
Transfer (FOST) and/or Findings of suitability to Lease (FOSL),
decision documents that incorporate all essential issues, and the
preparation of BRAC Clean-up Plans (BCPS). SELECTION CRITERIA: See Note
24 in the Monday publication of the Commerce Business Daily for general
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-D are primary. Criteria E-F are
secondary and will only be used as "tie-breakers" among technically
equal firms. A. Professional Qualifications: The selected firm must
have either in-house or through consultants the following disciplines:
(1) Environmental Engineer; (2) Civil Engineer; (3) Geotechnical
Engineer; (4) Chemical Engineer; (5) Biologist; (6) Archaeologist; (7)
Industrial Hygienist; (8) Chemist; (9) Hydro-geologist; (10)
Geologist; (11) Cost Estimator; (12) Socio-economist. Evaluation of
each discipline will consider education, registration, and relevant
experience. Resumes (Block 7 of the SF 255) must be provided for these
disciplines, including consultants. In the resumes under Project
Assignments, use the same disciplines nomenclature as is used in this
advertisement. Registration is required for the Environmental Engineer,
Civil Engineer, Geotechnical Engineer, and Chemical Engineer; B.
Specialized experience and technical competence: (1) Knowledge of
Current Army Policies, guidance, and regulations for preparing national
Environmental Policy Act (NEPA) documents; (2) Knowledge and experience
with Army Base Realignment and Closure NEPA models; (3) Knowledge and
experience with Endangered Species Act, Clean Air and Water Act,
National Historic Preservation Act and related Executive Orders; (4)
Experience with Headquarters Department of the Army, the Army
Environmental Center, the office of the Chief of Staff for operations
and Plans, Army Major Commands and the Army Base Closure Office
(DAIM-BO), the President's Council on Environmental Quality, the Army
force structure, operations, and environmental requirements; (5) In
Block 10 of the SF255 describe the firm's quality management plan,
including the team's organization with an organizational chart, quality
assurance, cost control, and coordination of the in-house work with
consultants; C. Capacity to Accomplish the Work: The capacity to
accomplish at least (3) $300,000 individual task orders simultaneously;
D. Past Performance: Past performance on Department of Defense (DOD)
contracts with respect to cost control, quality of work, and compliance
with performance schedules; E. Small Business, Small Disadvantage
Business, and Women-Owned Small Business Participation: Extent of
participation of small businesses, small disadvantaged businesses,
women-owned small businesses, historically black colleges and
universities, and minority institutions in the proposed contract team,
measured as a percentage of the total estimated effort; F. Equitable
Distribution of DOD contracts: Volume of DOD contract awards in the
last 12 months as described in Note 24 of the Monday publication of the
Commerce Business Daily. SUBMISSION REQUIREMENTS: See Note 24 in the
Monday publication of the Commerce Business Daily for general
submission requirements. Interested Architect-Engineer firms having the
capabilities to perform this work are invited to submit one (1)
completed copy of their SF 255 Architect-Engineer and Related Services
Questionnaire for Specific Project for themselves and one (1)
completed copy of their SF 254 for themselves and one for each of their
subcontractors to: U.S. Army Corps of Engineers, Mobile District,
CESAM-EN-DW, ATTN: Mr. Dewayne Brackins, 109 St.Joseph Street, Mobile,
AL 36602; or P.O. Box 2288-0001, Mobile, AL 36628-0001. The 12/98
edition of the forms must be used, and may be obtained from the
Government Printing Office. Submittals must be received no later than
4:00 P.M. local time on March 23, 1999. Regulation requires that the
Selection Board cannot consider any submittals received after this time
and date. Late proposal rules in FAR 15.412 will be followed for
submittals received after the closing date of this announcement.
Include RFP Number in Block 2b and ACASS number in Block 3b of the SF
255. To obtain ACASS number, fax the first page of your SF 254 to the
ACASS Center at 503-808-4596 or call the ACASS Center at 503-808-4590.
A maximum of ten (10) projects including the prime and consultants,
will be reviewed in Block 8. In Block 10 of the SF 255, responding
firms must indicate the number and amount of fees awarded on DOD (Army,
Navy, and Air Force) A-E contracts during the 12 months prior to this
notice, including change orders and supplemental agreements for the
submitting office only. In Block 10 of the SF 255, also provide the
design quality management plan and the names and telephones numbers of
clients as references on three most recent, medical facility designs.
A project specific design quality control plan must be prepared and
approved by the Government as a condition of contract award, but is not
required with this submission. Response to Block 10 is limited to 25
pages. This is not a request for proposal. Solicitation packages are
not provided. As required by acquisition regulations, interviews for
the purpose of discussing prospective contractors' qualifications for
the contract will be conducted only for those firms considered highly
qualified after submittal review by the selection board. Interviews
will be conducted by telephone. To be eligible for contract award, a
firm must be registered with the Central Contractor Registration
database. For instructions on registering with the CCR, please see the
CCR Web site at http://www.acq.osd.mil/ec. ***** Posted 02/17/99
(W-SN299404). (0048) Loren Data Corp. http://www.ld.com (SYN# 0015 19990222\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|