Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 15,1999 PSA#2496

Department of Transportation, United States Coast Guard (USCG), Commanding Officer, USCG Facilities Design & Construction Center (Pacific), 915 Second Avenue, Room 2664, Seattle, WA, 98174-1011

C -- ENVIRONMENTAL ENGINEERING SERVICES SOL DTCG50-00-R-643TE4 DUE 011400 POC Joel Childers, Contracting Officer, Phone 206 220-7421, Fax 206 220-7390, Email Jchilders@pacnorwest.uscg.mil WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=R&;ProjID=DTCG50-00-R-6 43TE4&LocID=495. E-MAIL: Joel Childers, Jchilders@pacnorwest.uscg.mil. Indefinite Delivery -- Indefinite Quantity contract for environmental engineering A/E services. Services include but are not limited to the following: (1) Support to operating corrective action systems. (2) Environmental data management (data validation and reporting). (3) Environmental assessments and investigations (e.g. RCRA facility investigation and corrective measure studies (RFI/CMS), RCRA corrective measure implementation and closure of corrective action units, risk assessments). (4) Environmental regulatory expertise to cover Federal and state environmental regulations such as but not limited to; National Environmental Policy Act, Endangered Species Act, Clean Water Act, Clean Air Act, State of Alaska Oil and Pollution Control Regulations. (5) Environmental multi-media sampling, analysis, interpretation and modeling. (6) Design and implementation of pilot and bench studies. (7) Cost estimates, and associated construction field support services. Project work will be primarily located at the U.S. Coast Guard Integrated Support Command Kodiak (ISC Kodiak), in Kodiak, Alaska. Additional work under this contract could be located at any former or current Federal facility in the U.S but primarily in Alaska, Washington, Oregon, California and Hawaii. ISC Kodiak is currently under a Consent Order Federal Facility Compliance Agreement with EPA and is actively engaged in RCRA corrective action at 39 sites. (The ISC Kodiak work is estimated to represent about 85% of the contract volume). Specific projects will be clearly defined and negotiated for each individual task. The proposed procurement will result in a one-year contract with four option years. Individual tasks will be issued on either a firm-fixed price or cost-plus-fixed-fee basis. The total price of each individual task will not exceed $750k. The contract has a potential value of $1.5 million for each year. Firms desiring consideration must submit SF254 for themselves and all proposed consultants and a SF255. Submittals must be received in this office no later than 4:00 PM, 30 calendar days after the date of this publication or the due date specified above (if any), whichever is later. Evaluation criteria in descending order of importance are: (1) Specialized experience of the individuals on the assigned project team (provide a chart showing the project members by discipline and examples of their experience on past or current projects relative to the services described above in the opening paragraph). (2) Specialized corporate experience in the following: web-based environmental data management and reporting; corrective action operations; regulatory conflict resolution; RCRA permitting, investigation, and remedial design. (3) The firm_s responsiveness to field needs at Kodiak and the proximity of the firms project management and regulatory specialists to Seattle, Washington and Anchorage Alaska. (4) Capacity of the firm to accomplish the work. (5) Past record of the firm_s performance with government and private clients. (6) Minority and women ownership and employment of firm and consultants (provide percentages of minority and women employment by discipline). The following notice is provided for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT) Office of Small and Disadvantaged Business Utilization (OSDBU), has programs to assist minority, women-owned and disadvantaged business enterprises to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169. No further technical project specific information will be furnished prior to selection of short listed firms. Posted 12/13/99 (D-SN407945). (0347)

Loren Data Corp. http://www.ld.com (SYN# 0023 19991215\C-0010.SOL)


C - Architect and Engineering Services - Construction Index Page