Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 2,1999 PSA#2424

Department of the Army, Baltimore District, Corps of Engineer, 10 South Howard Street, Room 7000, Baltimore, MD 21201-1715

C -- TWO IDTC'S FOR HAZARDOUS TOXIC AND RADIOACTIVE WASTE FOR VARIOUS SITES WITHIN THE BALTIMORE DISTRICT CORPS OF ENGINEERS SOL DACA31-99-R-0070 DUE 100599 POC Jean Petty (410) 962-2587 Contract Information: Hazardous Toxic and Radioactive Waste (HTRW) services, procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are required for various military and civil works projects within the Baltimore District Corps of Engineers Boundaries. This procurement is a total 8(A) competitive acquisition. The SIC Code for this procurement is 8711 with a size standard of $4 Million. Proposals from firms other than those certified by the Small Business Administration as 8(a) shall not be considered for award. Two (2) Indefinite Delivery Type Contracts for Architect Engineering Services are required for (HTRW) studies, investigations, and designs of various sites within North Atlantic Division. This contract will be negotiated and awarded for a base year, with 2 option year extensions. The maximum award amount for each fixed price contract is $3,100,000 per the three years. The contract is anticipated to be awarded o/a Dec 99. This announcement is open to only 8a firms. 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: Selection will be made for two (2) 8-A firms for Indefinite Delivery Type Contracts (IDTC). The contract will also include, but is not limited to, decision documents, permit acquisition, and engineering advice during construction. HTRW sites may be located anywhere within the boundaries of the Baltimore District Corp of Engineers, which includes New York, New Jersey, Delaware, Pennsylvania, Maryland, District of Columbia, West Virginia and Virginia. The sites may be: (1) currently owned or controlled by the Federal Government, either military or civilian agencies, (2) Formerly Used Defense Sites (FUDS), or (3) 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, groundwaterhydrology, analytical chemistry, toxicology/risk assessment, process engineering, alternatives analysis, data management, remedial investigations/feasibility studies, remedial designs, environmental regulatory compliance, environmental training, safety and occupational health, industrial hygiene, unexploded ordnance (UXO) avoidance, community relations, and permits. Each 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. public health evaluation/risk assessments, 7. ecological risk assessments, 8. modeling, 9. fate and transport analysis, 10. bench and pilot scale treatability/compatibility studies, 11. bioassay/toxicity studies, 12. identification of action levels/cleanup levels, 13. Federal, state, and local laws, regulations, and guidance determinations, 14. regulatory coordination, 15. cost estimating, 16. permit acquisition, and 17. chemical data quality management, 18. development or use of geographical information systems, and informational databases. 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, 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; and 2. past performance on contracts with Government agencies and private sector in terms of quality control and meeting established schedules. 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 MD. 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 a 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 254's at this office. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Send SF 254's and SF 255's send to Baltimore District Corps of Engineers, 10 S. Howard Street, Room 7000, Baltimore, Maryland 21201-1715. The deadline for submissions is 05 Oct 1999, 4:00 P.M. Local Time. Submission limitations: Submissions for the A-E team (Prime and subs) are limited to 100 pages or less (Each side counts as a page) with a minimum font size ARIAL/TIMES ROMAN/or UNIVERS in 12 font. SF 254'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. Include your firms ACASS number in SF 255, Block 3b. For ACASS Information call 503-326-3459. 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 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 and 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. No other general notification to firms under consideration for this project will be made. Contracting Point of Contact: Ms. Jean Petty (410) 962-2597 e-mail: jean.petty@nab02.usace.army.mil POC Technical Inquiries: Mr. Sesh P. Lel P.E. (410) 962-2278 e-mail: sesh.p.lel@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, submittals of SF 254's and SF 255's only. Posted 08/31/99 (W-SN374637). (0243)

Loren Data Corp. http://www.ld.com (SYN# 0018 19990902\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page