|
COMMERCE BUSINESS DAILY ISSUE OF MAY 5,2000 PSA#2594U.S. Army Corps Of Engineers -- Mobile, Contracting Division, CESAM-CT
(109 St. Joseph Street 36602) PO Box 2288, Mobile, AL 36628-0001 C -- INDEFINITE DELIVERY CONTRACT TO PROVIDE ENVIRONMENTAL SUPPORT TO
CIVIL, MILITARY AND FEDERAL AGENCIES SOL DACA01-00-R-0046 POC Contact
Mr. Dewayne Brackins, (334) 694-3743; Contracting Officer, Edward M.
Slana WEB: http://www.sam.usace.army.mil,
http://www.sam.usace.army.mil. E-MAIL:
cesam.plansroom@sam.usace.army.mil, cesam.plansroom@sam.usace.army.mil.
CONTRACT INFORMATION: A-E services are required for an Indefinite
Delivery Contract to provide environmental support to Civil, Military
and Federal agencies. It includes professional services to support
civil and military environmental programs for Army, Army Reserves,
National Guard, and other Department of Defense and other Federal
Agencies. The contractor will be required to perform services at
federal/military projects throughout the world, including the
Continental United States, its territories, South and Central America
and other world nations yet unidentified. This announcement is open to
all businesses regardless of size. The contract will be awarded for a
one-year base period with options to extend the contract for two
additional one-year periods, not to exceed a total of three years. Work
under this contract to be subject to satisfactory negotiation of
individual task orders, with the total contract not to exceed up to
$1,000,000 for each contract period. (If the $1,000,000 limit for a
contract period is exhausted or nearly exhausted prior to 12 months
after the start of the period, the option for the next contract period
may be exercised). Multiple contracts will be awarded on this
solicitation. Selection of A-E firms is not based upon competitive
bidding procedures, but rather upon the professional qualifications
necessary for the performance of the required services. All interested
Architect-Engineers are reminded that, in accordance with the
provisions of PL 95-507, they will be expected to place subcontracts to
the maximum practicable extent consistent with the efficient
performance of the contract with small and small disadvantaged firms.
If a large business is selected for this contract, it must comply with
FAR 52.219-9 regarding the requirement for a subcontracting plan for
that part of the work it intends to subcontract. The subcontracting
goals for this contract are as follows: a minimum of 61.2% of the
contractor's intended subcontract amount be placed with small
businesses (SB), 9.1%be placed with small disadvantaged businesses
(SDB), 5% be placed with women-owned small businesses (WOSB) and 1.5%
be placed with HUBZone small business. The firm selected for this
contract will be required to submit a detailed subcontracting plan
during contract negotiation. If the selected firm intends to submit a
plan with lesser goals, it must submit written rationale in the plan
why the above goals can not be met. A firm fixed price contract will be
negotiated. The Standard Industrial Classification (SIC) code for this
action is 8711. PROJECT INFORMATION: A-E Services provided under this
contract will include, but are not limited to all types of
environmental support for the following: Army Base Realignment and
Closure (BRAC) and other Army Force Structure and Organizational
Realignment, Department of Defense Joint Stewardship of Public Lands
Withdrawn for Military Use, Privatization of Military Utilities and
Family Housing, Military Systems Acquisition and Fielding, all
compliance and conformance issues, development and management of
land/natural cultural resource issues, study of contaminated sites,
coastal, watershed and river basin studies including BMP and TMDL
modeling and analysis, and civil works preparedness studies project
construction and operation. It will include but not be limited to
preparation of any or all of the following: Environmental Assessments
(EA), Environmental Impact Statements (EIS), Records of Decision (ROD),
or portions thereof, as defined by the National Environmental Policy
Act (NEPA), associated documents, and pertinent implementing guidance
and training. Specific services include: Scientific analyses and
assessments of biological, ecological, cultural/ historic, and
archaeological resources; Endangered and threatened species
inventories; Habitat evaluations; Waters of the U.S. (WoUS)
determinations and mapping; identification of current trends,
cumulative effects, and projected land uses, including potential use
and reuse alternatives; Identification and evaluation of potential
impact mitigation measures; Preparation of master plans for development
and management of natural resources including natural and cultural
resources management planning; Coordination with interested Federal,
state and local agencies and organizations; Preparation of public
involvement plans and facilitation of public meetings; Regulatory
compliance; and using Geographic Information Systems (GIS) and similar
technologies and web eased program management techniques. Additional
services will include those activities required for the preparation of
an Environmental Baseline Survey (EBS). Additional services required
include support to real estate activities including leases, licenses
and report of availability, preparation of Findings of Suitability to
Transfer (FOST) and/or Findings of Suitability to Lease (FOSL),
decision documents that incorporate all essential issues, and the
preparation of BRAC Clean-up Plans (BCPS). SELECTION CRITERIA: See Note
24 in the Monday publication of the Commerce Business Daily for general
selection process. The selection criteria are listed below in
descending order of importance (first by major criterion and then by
each sub-criterion). Criteria A thru D are primary. Criteria E thru G
are secondary and will only be used as "tie-breakers" among technically
equal firms. A. Professional Qualifications: The selected firm must
have, either in-house or through consultants, the following
disciplines: (1) Environmental Engineer; (2) Civil Engineer; (3)
Geotechnical Engineer; (4) Chemical Engineer; (5) Biologist; (6)
Archaeologist; (7) Industrial Hygienist; (8) Chemist; (9)
Hydro-geologist; (10) Geologist; (11) Cost Estimator; (12)
Socio-economist. Registration is required for the Environmental
Engineer, Civil Engineer, Geotechnical Engineer, and Chemical Engineer.
Evaluation of each discipline will consider education, registration,
and relevant experience. Resumes (Block 7 of the SF 255) must be
provided for these disciplines, including consultants. In the resumes
under Project Assignments, use the same discipline nomenclature as is
used in this announcement. The evaluation will consider education,
registration, and relevant experience in the type work required; B.
Specialized Experience and Technical Competence: (1) Knowledge of
Current Army Policies, guidance, and regulations for preparing national
Environmental Policy Act (NEPA) documents; (2) Knowledge and experience
with Army Base Realignment and Closure NEPA models; (3) Knowledge and
experience with Endangered Species Act, Clean Air and Water Act,
National Historic Preservation Act and related Executive Orders; (4)
Experience with Headquarters Department of the Army, the Army
Environmental Center, the office of the Chief of Staff for operations
and Plans, Army Major Commands and the Army Base Closure Office
(DAIM-BO), the President's Council on Environmental Quality, the Army
force structure, operations, and environmental requirements; (5) In
Block 10 of the SF 255 describe the firm's quality management plan,
including the team's organization with an organizational chart, quality
assurance, cost control, and coordination of the in-house work with
consultants; C. Capacity to Accomplish the Work: The capacity to
accomplish at least three (3) $300,000 individual task orders
simultaneously; D. Past Performance: Past performance on Department of
Defense (DOD) contracts with respect to cost control, quality of work,
and compliance with performance schedules; E. Geographic Location:
Geographic location with respect to the region under consideration; F.
Small Business, Small Disadvantaged Business and Women-Owned Small
Business Participation: Extent of participation of small businesses,
small disadvantaged businesses, women-owned small businesses,
historically black colleges and universities, and minority institutions
in the proposed contract team, measured as a percentage of the total
estimated effort; G. Equitable Distribution of DOD contracts: Volume of
DOD contract awards in the last 12 months as described in Note 24 of
the Monday publicationof the Commerce Business Daily. SUBMISSION
REQUIREMENTS: See Note 24 in the Monday publication of the Commerce
Business Daily for general submission requirements. Interested
Architect-Engineer firms having the capabilities to perform this work
are invited to submit one (1) completed copy of their SF 255
Architect-Engineer and Related Services Questionnaire for Specific
Project for themselves and one (1) completed copy of their SF 254 for
themselves and one for each of their subcontractors to: U.S. Army Corps
of Engineers, Mobile District, CESAM-EN-DW, ATTN: Mr. Dewayne Brackins,
109 St. Joseph Street, Mobile, AL 36602; or P.O. Box 2288, Mobile, AL
36628-0001. The 11/92 edition of the forms must be used, and may be
obtained from the Government Printing Office. Submittals must be
received no later than 3:00 P.M. Central Time on 7 June 2000.
Regulation requires that the Selection Board not consider any
submittals received after this time and date. Late proposal rules in
FAR 15.412 will be followed for submittals received after the closing
date of this announcement. In Block 2b include RFP Number and in Block
3a list two (2) principal contacts of firm. Include ACASS number in
Block 3b of the SF 255. To obtain ACASS number, fax the first page of
your SF 254 to the ACASS Center at 503-808-4596 or call the ACASS
Center at 503-808-4591. A maximum of ten (10) projects including the
prime and consultants, will be reviewed in Block 8. In Block 10 of the
SF 255, responding firms must indicate the number and amount of fees
awarded on DOD (Army, Navy, and Air Force) A-E contracts during the 12
months prior to this notice, including change orders and supplemental
agreements for the submitting office only. A project specific design
quality control plan must be prepared and approved by the Government as
a condition of contract award, but is not required with this
submission. Response to Block 10 is limited to 25 pages. This is not a
request for proposal. Solicitation packages are not provided. As
required by acquisition regulations, interviews for the purpose of
discussing prospective contractors' qualifications for the contract
will be conducted only for those firms considered most highly qualified
after submittal review by the selection board. Interviews will be
conducted by telephone. To be eligible for contract award, a firm must
be registered with the Central Contractor Registration database. For
instructions on registering with the CCR, please see the CCR Web site
at http://www.acq.osd.mil/ec. Posted 05/03/00 (W-SN450806). (0124) Loren Data Corp. http://www.ld.com (SYN# 0018 20000505\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|