Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 17, 2000 PSA #2707
SOLICITATIONS

C -- THREE (3) FIRM-FIXED PRICE A-E INDEFINITE DELIVERY TYPE (ENVIRONMENTAL) CONTRACTS FOR FT. BELVOIR, VA, BUT MAY BE USED THROUGHOUT THE BALTIMORE DISTRICT

Notice Date
October 13, 2000
Contracting Office
Department of the Army, Baltimore District, Corps of Engineer, 10 South Howard Street, Room 7000, Baltimore, MD 21201-1715
ZIP Code
21201-1715
Solicitation Number
DACA31-01-R-0002
Response Due
November 17, 2000
Point of Contact
Contact, Patrick McLaughlin, 703/ 806-4007/ Contract specialist, Patty Hensley, 410/962-7718
Description
Project Description: (DACA31-01-R-0002) 1. Contract information: Three (3) Firm-Fixed Price A-E Indefinite Delivery Type (Environmental) Contracts for U. S. Army Garrison, Ft. Belvoir, VA, but may be used throughout the Baltimore District. This is not a small business set-aside; however, to be considered a small business the North American Industry Classification System is 54133, which replaced the Standard Industrial Classification (SIC) Codes 8711, and the size is $4,000,000. Contract will be for a 12-month period and will contain an option to extend for up to two additional periods. The contract amount for the base period and any option period will not exceed $1,000,000 each period. Individual task orders shall not exceed the annual contract amount. On occasion, a delivery order may require that the contractor provide full-time on-site personnel for duration of the delivery order. When one or more AE Indefinite Delivery-Type contracts with similar scopes of work exists, the basis for selecting an AE for a particular delivery order will be based on several factors. Among these factors are current capacity of the contracts, ability of the AE to perform the task in the required time, any unique specialized experience that the AE can offer, and performance and quality of deliverables under the AE's current IDTC, along with customer responsiveness. While this process is necessarily a "subjective" process, the intent of this contract is to satisfy customer needs in an expeditious and cost effective mode. The concentration of work will be for Ft. Belvoir, VA, but may be used throughout the Baltimore District. NAB encourages WOSB and SDB participation as prime contractors. 2. PROJECT INFORMATION: Environmental work to be performed under this contract will include, but will not be limited to, preparation and/or development of any or all of the following: Clean Air Act Tier II reporting requirements under the Emergency Planning Community Right-to-know Act; design and preparation of plans and specifications for environmental projects, including hazardous and toxic waste (HTRW) sites and facility closures; solid waste plans and landfill groundwater and methane corrective action studies; asbestos and led-based paint testing, management planning and abatement design; detailed record and title searches; various types of field investigations, including soil borings, soil and gas analyses, topographic surveys, mapping and monitoring well installation; water quality assessments of groundwater, wastewater and potable water; combined sewer investigations; underground storage tanks (UST) investigations and testing, as well as post-closure site assessment and corrective action planning; environmental assessments and impact statements; land-use planning; management and archaeological surveys; environmental risk assessments; chemical sampling and analysis including development of sampling plans; oversight of quality assurance/control of environmental construction projects such as remediation and closures; energy management and conservation; technical reviews of reports prepared by others; construction cost estimating for environmental projects; preparation of permit applications and the provision of miscellaneous services to support the above. The above described work may require some or all of the following disciplines: civil environmental, geo-technical, chemical, and mechanical engineering; chemist; biologist; ecologist; certified industrial hygienist; toxicologist; historical architect; hydrologist; geologist; planner; cost estimator; drafting computer scientists/ programmer/ modeling expert; landscape architect; architect. Specific tasks may include, but are not limited to HTW (hazardous / toxic waste) sampling and analysis; clean air act permitting; land use planning; real estate evaluation; and topographic surveying and GIS mapping. SUBCONTRACTING PLAN REQUIREMENTS: If the selected firm is a large business concern, a subcontracting plan will be required with the proposal to the solicitation. It shall be consistent with Section 806 (b) of PL100-80, 95-507, and 99-661. A minimum of 35% of the total planned subcontracting dollars shall be placed with small business concerns. At least 15% of total planned subcontracting dollars shall be placed with small disadvantaged businesses, including Historically Black College and University or Minority Institutions, 8% with women-owned small businesses, and a total of 2% shall be placed with Hubzone Small Business. The plan is not required with this submittal. NAB encourages WOSB and SDB participation as prime contractors. 3. SELECTION CRITERION: See Note 24 for general A-E selection process. The lead A-E firm should have the capabilities either in house or through the use of the subcontractors. Firms must show recent in-depth knowledge and experience with federal, state and Commonwealth of VA environmental statutes, including Clean Air Ace (CAA) , Resource Conservation and Recovery Act (RCRA), Emergency Planning community Right-to-Know Act (EPCRA), National Environmental Policy Act (NEPA), National Historic Preservation Act (NHPA), Safe Drinking Water Act (SDWA), Toxic Substances Control Act (TSCA), Federal Insecticide, fungicide and Rodenticide Act (FIFRA), Clean Water Act (CWA) and in obtaining regulatory permits. Firms must show a proven track record for performing solid and hazardous waste studies, Title V and New Source Review permitting, environmental assessments and impact statements. Firms must demonstrate knowledge of Commonwealth of VA regulations on solid waste, hazardous waste, hazardous water and sanitary sewer. Firms must show that chemical and physical laboratory analyses will be performed by Environmental Protection Agency (EPA) and US Army Corps of Engineers validated laboratories. In addition to the above, the selection criteria for consideration will also include (1) experience in preparing plans, specifications and other environmental documents; (2) computer capability, including Intergraph, CAD and GIS capability; (3) capacity to accomplish work orders within required time-frames; (past performance on Department of Defense contract(s) in terms of cost control, deisgn awards and meeting established schedules. In addition, geographic location will be considered as a secondary factor. SUBMISSION REQUIREMENT: See Note 24 for general submission requirements. (Note 24 is written in detail in any Monday issue of the CBD). Interested firms having capabilities to perform this work must submit SF255 and SF254 for the prime and joint ventures(s) and SF254 for each subconsultant. In SF255, block 3b, provide the ACASS number for the prime firm, and in Block 6, provide the ACASS number for each consultant, (if available). Be advised that Baltimore District does not maintain SF254's on file. Notwithstanding the statements to the contrary in General Note 24 and Block 6 of the SF255, only SF254's submitted with the SF255 will be considered in the evaluation. Submit responses not later than November 17, 2000 to US Army Corps of Engineers, City Crescent Building, 10 South Howard St., Room 7000, Baltimore, MD 21201. Solicitation packages are provided only to the selected firm after selection approval. Results of selection will be mailed to non-selected firms approximately 70 days after closing of this announcement. Technical Point of contact, Patrick McLaughlin can be reached at (703) 806-4007. Contracting Point of contact can be reached at Internet: Patty.Hensley@usace.army.mil or (410) 962-7718. In order to comply with Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. For information regarding registration, contact: (1) CCR Web site at http://www.ccr2000.com (2)dial up modem at 614-692-6788 (User ID:ccrpud; Password:pub2ccri); (3) through any DoD Certified Value Added Network. To review the database, the web site is http://www.ccr.2000.com. Additionally, a paper form for registration may be obtained from the DoD electronic Commerce Information Center at 1-800-334-3414. This is not a request for proposal.
Record
Loren Data Corp. 20001017/CSOL005.HTM (W-287 SN5042D1)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on October 13, 2000 by Loren Data Corp. -- info@ld.com