|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 22,1999 PSA#2330Department of the Army, Baltimore District, Corps of Engineer, 10 South
Howard Street, Room 7000, Baltimore, MD 21201-1715 C -- IDC FOR HAZARDOUS, TOXIC, AND RADIOACTIVE WASTE FOR VARIOUS SITES
WITHIN THE NORTH ATLANTIC DIV. AND ASSIGNED MISSION AREAS!! SOL
DACA31-99-R-0048!! DUE 052199 POC Jean Petty 410-962-2587
(jean.petty@nab02.usace.army.mil)!! CONTRACT INFORMATION: IDC
Indefinite Delivery Contracts Architect Engineer Services are required
for Hazardous, Toxic, and Radioactive Waste (HTRW) procured in
accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are
required for various environmental projects executed by Baltimore
District Corps mission areas HTRW sites may be located anywhere within
the boundaries of the North Atlantic Division and assigned mission
areas. The selection process and award of a contract under this CBD
announcement shall be subject to the prohibitions and restrictions of
the Federal Acquisitions Regulations (FAR), Subpart 9.5, Organizational
and Consultant Conflicts of Interest." Services will be procured in
accordance with PL 92-582 (Brooks A-E Act) and (FAR Part 36. Indefinite
Delivery Contract for a Firm Fixed Price Contract have a one year base
and four option years (Five -5- years). Options may be exercised
before the expiration of the base contract period. The maximum award
amount for the contract is $15,000,000 with no minimum or maximum per
delivery order. Subcontracting Plan Requirements: If the selected
Architect-Engineer is a large business concern the A-E shall be
required to submit a subcontracting plan with the final proposal. The
plan must be consistent with Section 806 (b)(2) of PL 99-661, PL
100-180, and PL 100-656. Subcontract awards to Small Disadvantaged
Business (SDB), Historically Black Colleges & Universities (HBCU's)
and/or Minority Institutes (MI's) should be included in the plan. The
following subcontracting goals are considered to be reasonable and
achievable. Award of approximately 65 percent of the total
subcontracting dollars to all small business concerns and no less than
15 percent of the total subcontracting dollars to any combination of
small disadvantaged business, historically black colleges and
universities or minority institutes, and 10 percent for women-owned
small businesses (WOSB). The plan is not required with this submittal.
The wages and benefits of service employees (See FAR 22.10) performing
under these contracts must be at least equal to those determined by the
Department of Labor under the Service Contract Act. 2. PROJECT
INFORMATION: The contract will also include, but are not limited to,
decision documents, permit acquisition, and engineering advice during
construction. HTRW sites may be located anywhere within the boundaries
of the North Atlantic Division, which includes New York, New Jersey,
Delaware, Pennsylvania, Maryland, District of Columbia, West Virginia
and Virginia, with lesser work efforts within Maine, New Hampshire,
Vermont, Massachusetts, Connecticut, and Rhode Island, and other
mission areas as assigned. The sites may be: (1) currently owned or
controlled by the Federal Government, either military or civilian
agencies, (2) Formerly Used Defense Sites (FUDS); (3) Formerly Utilized
Sites Remedial Action Program (FUSRAP) sites, or (4) other sites where
the Baltimore District is authorized to perform HTRW studies,
investigations, designs, or construction. Expertise required includes,
but is not limited to, hazardous waste, groundwater hydrology, health
physics, analytical chemistry, toxicology/risk assessment, process
engineering, alternatives analysis, data management, remedial
investigations/feasibility studies, remedial designs, environmental
regulatory compliance, pollution prevention, environmental training,
safety and occupational health, industrial hygiene, ordnance and
explosive (OE) design, community relations, and permits. The contract
may include, but is not limited to, performance of the following: 1.
preliminary assessments, 2. site investigations, 3. remedial
investigations/feasibility studies, 4. remedial designs, 5. preparation
of plans and specifications, 6. ordnance and explosive design, 7.
public health evaluation/risk assessments, 8. ecological risk
assessments, 9. modeling, 10. fate and transport analysis, 11. bench
and pilot scale treatability/compatibility studies, 12.
bioassay/toxicity studies, 13. identification of action levels/cleanup
levels, 14. Federal, state, and local laws, regulations, and guidance
determinations, 15. regulatory coordination, 16. cost estimating, 17.
permit acquisition, 18. chemical data quality management, 19.
development or use of geographical information systems and
informational databases, and 20. Public involvement plans. Should
geographic information services be required, the A-E is required to
possess all hardware and software required to provide required support
services. 3. SELECTION CRITERIA: See Note 24 for general A-E selection
process. Selected firms will be required to provide additional
consultants on a locality basis for topographical surveys and mapping,
drilling and installing wells, and assisting in obtaining property
access for investigations. However, additional consultants are not
required to be listed on the SF-255. Only firms and their primary
consultants having experience and qualified personnel (to include 29
CFR 1910.120 training and medical surveillance) in geotechnical,
structural, civil, chemical, mechanical, electrical, safety, and
environmental engineering, as well as industrial hygiene (certified
industrial hygienist required), toxicology, ordnance & explosives,
health physics, chemistry, geochemistry, hydrogeology, geology, cost
estimating, geophysics, risk assessment, and public affairs should
apply. Firms and personnel specifically listed in paragraph 7 of the
SF-255 must have demonstrated in-depth knowledge of all federal and
state ARARs for the states listed above and the District of Columbia,
HTRW environmental statutes, EPA and Corps of Engineers regulations.
The Baltimore District may provide the Corps-validated laboratory for
testing on a case-by-case basis under this advertisement. Firms are
required to have analytical chemistry testing capability. Before
performing analytical chemistry testing, the laboratory will be
required to be validated by the Corps of Engineers. Selected firms will
be responsible for sampling and delivering specimens for chemical
testing to the selected laboratory of the district. In addition, the
selection criteria will include: 1. past experience and complexity of
work in HTRW pre-remedial design investigations and remedial designs;
2. past performance on contracts with Government agencies and private
sector in terms of quality control and meeting established schedules;
and 3. past performance in managing cost reimbursable contracts.
Qualification statements must clearly indicate the location of the
offices that will perform the work at defined locations. The AE firm
selected shall provide the final products in the following CADD format:
AutoCAD Release 14 on 3 " high-density diskettes formatted for 1.44 MB.
The products are not required to be performed using a specific CADD
system. However, the AE will be required to provide any digitizing
and/or translation services necessary to deliver the final design
products in the above stated CADD format. Architect-Engineer firms
meeting the requirements described in this announcement are invited to
submit an SF-254 and SF-255, supplemental information requested should
be furnished for prime, joint venture(s) and/or consultants. Be advised
that the Baltimore District does not maintain SF-254s at this office.
. This announcement is open to all businesses regardless of size. If a
large business is selected for the contract, they must comply with FAR
52.219-9 regarding the requirement for a subcontracting plan on the
part of work it intends to subcontract. 4. SUBMISSION REQUIREMENTS: A-E
firms meeting the requirements described in this announcement are
invited to submit an SF 254 and SF 255 Send SF-254's and SF-255's to
Baltimore District Corps of Engineers, 10 S. Howard Street, Room 7000,
Baltimore, Maryland 21201-1715, no 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. Submission deadline 21 May 1999
@4:00P.M. Local Time. Submission limitations: Submissions forthe A-E
team (Primes and subs) are limited to 100 pages or less (Each side
counts as a page) with a minimum font size of ARIAL, Times Romans, or
Univers in 12 font. SF254's will not count against the page limitation.
All pages of text and or graphics (Excluding SF 254's) will be counted,
excluding covers and tabs. The intent of the limitations is to solicit
information, which can be read with ease, and respondents are
requested to comply with the limitations. No other general notification
to firms under consideration for this project will be made. Small
business and small disadvantaged business are encouraged to team with
other small business and small disadvantaged business and large
businesses to offer the most highly qualified team to the Government.
"In order to comply with Debt Collection Improvement Act of 1996,
effective March 1, 98, all contractors must be registered in the
Central Contractor Registration (CCR) to be considered for award of a
Federal contract. Contact CCR Web site at http://www.acq.osd.mil/ec.
Registration can also be accomplished via dial up modem at 614-692-6788
(User ID: ccrpub; Password: pub2ccri), or through any DOD certified
Value Added Network. Additionally, a paper form for registration may be
obtained from the DOD Electronic Commerce Information Center at
1-800-334-3414". Include your firm's ACASS number in SF-255, Block 3b.
For ACASS Information call 503-326-3459. No other general notification
to firms under consideration for this project will be made. Contracting
Point of Contact: Ms. Jean Petty (410) 962-2587 e-mail:
jean.petty@nab02.usace.army.mil POC Technical Inquiries: Mr. Clint
Anuszewski, P.E. (410) 962-2207 e-mail:
clinton.anuszewski@nab02.usace.army.mil This is not a request for
proposal. Please do not request a solicitation package for this
project. This is strictly Architect Engineering, (SIC Code 8711)
submittals of SF 254's and SF 255's only. Posted 04/20/99 (W-SN322050).
(0110) Loren Data Corp. http://www.ld.com (SYN# 0019 19990422\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|