|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 26,1999 PSA#2291National Guard Bureau, Environmental Acquisitions Division (NGB-AQE),
5109 Leesburg Pike, Suite 401B, Falls Church, VA 22041-3201 Z -- ENVIRONMENTAL ENGINEERING, PROFESSIONAL AND TECHNICAL SUPPORT AND
REMEDIATION SERVICES SOL DAHA90-99-R-0001 DUE 052699 POC Steve Bitgood,
Contract Specialist, 703-681-0614, Tony Burke, Contract Specialist,
703-681-0609, Mary Ellen Lewis, Contracting Officer, 703-681-0639
E-MAIL: ParkersonR@ngb.ang.af.mil, ParkersonR@ngb.ang.af.mil.
<DESC>The National Guard Bureau proposes to procure environmental
engineering, professional and technical support services and
remediation services to support the Air National Guard throughout the
United States and its territories. Contemplated are eight (8) national
contracts (with the provision for work at DoD installations overseas)
and one (1) for Army National Guard work at the Massachusetts Military
Reservation (MMR). The scope of work consists of the full range of
environmental engineering, professional, technical and remediation
services to support the following Programs: (1) Installation
Restoration . This Program involves the investigation and assessment of
potentially contaminated sites, remedial design activities and remedial
actions to include emergency, quick-response actions, and project
closeout and other documents. Typical tasks or services under this
scope include, Site Investigations, Management Action Plans, Remedial
Investigations, Feasibility Studies, Remedial Designs, Removal and
Remedial Actions, Operations, Maintenance and Monitoring, Project
Closeout, Corrective Measures Studies, Corrective Action Plans, and
Underground Storage Tank Site Assessments and Removal Actions; (2)
Environmental Quality. This Program involves all aspects of
environmental compliance and pollution prevention programs. It includes
an assessment and program management system for achieving, maintaining
and monitoring compliance with all environmental health and safety
requirements. Typical tasks or services under this scope include
Hazardous Waste Management Plans, Hazardous Material Management Data
Entry and Support Assistance, Pollution Prevention Management, and
Integrated Environmental Spill/Release Contingency Plans. Also included
is Air Quality Management, including Air Emissions Inventories,
Conformity Analysis/Determination, and Title V Permitting; (3)
Environmental Planning. This Program involves the conduct of studies
and assessments and the development of documentation to integrate
environmental concerns into every phase of the planning process. This
Program ensures an orderly development process and provides future
planners with the documentation factors and rationale on the
environmental consequences of proposed actions such as construction,
aircraft or mission conversions, and military training activities.
Typical tasks or services under this scope include Master Plans,
Environmental Assessments, Environmental Impact Statements, and
Environmental Baseline Surveys and (4) Natural and Cultural Resources.
This sub-Program involves development of a variety of management plans
to inventory and protect natural and cultural resources from
environmental hazards. This Program ensures proper land use management,
preservation of natural habitats and protection of rare, threatened and
endangered species. Cultural resources management protects artifacts
and historic structures from harm, respecting their significance and
preventing impact from current and future planned activities. Typical
tasks and services under this scope include Cultural Resource
Management Plans, Biological Surveys, Integrated Land Use Management
Plans, Bird Aircraft Strike Hazard Plans, Integrated Natural Resource
Management Plans and Pest Management Plans. Community Involvement
Support Services in each of these four areas may also be required.
These descriptions are not all inclusive but instead are characteristic
of the general program responsibility and reflective of some of the
tasks and services that may be required under these proposed contracts.
Contemplated are Indefinite-Delivery Indefinite-Quantity (IDIQ) Task
Order contracts with the provision to award Firm Fixed-Price and
Cost-Reimbursement task orders. Under the IDIQ Task Order contract
arrangement, each contract holder will be given a fair opportunity to
receive work. Except for the contract for MMR, each contract will
contain a provision to allow use of the contracts by others within DoD
and other federal civilian agencies. Each contract will include a base
period and nine 1-year options, for a total of ten years if all options
are exercised. Minimum contract dollar amounts will be $50,000 and the
maximum will be the projected program maximum of $598 million for all
contracts over the ten year period. Formal source selection procedures
will be utilized and evaluation factors for award will include, in
order of importance, Technical and Management Capability, Past
Performance and Cost. Contemplated are seven unrestricted procurements
for the full range of environmental services, six national and one for
performance at MMR; two set-aside for small business, one for the full
range of environmental services (SIC 8744) and one with a scope
limited to cultural and natural resources services (SIC 8731). In
accordance with FAR 52-219.9, Small Business Subcontracting Plans will
be required prior to award of a contract to large business. The
National Guard Bureau's goals require that a minimum of 20% of the
total planned subcontract dollars be placed with small business
concerns, at least 40% must be placed with small disadvantaged business
concerns and at least 20% with women-owned business concerns. Excluding
the contract for MMR, not more than one contract shall be awarded to
one firm. In other words, it will be possible for one contractor to
receive the award for work exclusively at MMR and one national
contract. A Preproposal Conference will be held on 1 April 1999 at 1:00
PM at the Colorado Convention Center, Room A201, in Denver, Colorado.
Prospective offerors are encouraged to attend. Prospective offerors are
asked to review the solicitation and submit written questions broken
down into two categories: (1) Technical Issues and Scope of Work --
Description of Services (2) Contracting Issues and Proposal
Preparation. A separate submittal should be made for questions relating
to MMR. Written questions should be submitted no later than Wednesday,
31 March 1999 by email to Richard Parkerson at
ParkersonR@ngb.ang.af.mil. An attempt will be made to address all
questions during the conference, therefore it is important that they be
submitted by this date. An electronic solicitation will not be issued.
Prospective offerors wishing a copy of the solicitation should respond
to this notice by email to Richard Parkerson at
ParkersonR@ngb.ang.af.mil. Respondent's should provide their firm's
full name and address, email address, telephone and fax numbers, their
size status and the procurement they are interested in, i.e., (a) Full
Scope -- National, (b) Full Scope -- MMR, (c) SB Set-Aside -- Full
Scope, or (d) SB Set-Aside -- Natural and Cultural Resources Services.
The NGB's incumbent national and regional environmental prime
contractors and the first 50 respondents will receive a copy of the
solicitation (and subsequent amendments). All other respondents must
obtain the solicitation from a Falls Church, Virginia Printer with whom
the government has made arrangements. Respondents will be notified
immediately by return email or fax of the Printer's name, telephone
number and all other pertinent information, including the cost of the
solicitation and mailing and handling charges. The date set for release
of the solicitation is 25 March 1999. Proposals are due by 5 PM
(Eastern Time) on 26 May 1999. Posted 02/24/99 (W-SN302114). (0055) Loren Data Corp. http://www.ld.com (SYN# 0144 19990226\Z-0020.SOL)
Z - Maintenance, Repair or Alteration of Real Property Index Page
|
|