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