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