COMMERCE BUSINESS DAILY ISSUE OF MARCH 20, 2001 PSA #2811
SOLICITATIONS
C -- A&E GEOTECHINCAL ENGINEERING SERVICES IN SUPPORT OF THE ABANDONED MINE LAND (AML) PROGRAM
- Notice Date
- March 16, 2001
- Contracting Office
- US Department Of The Interior, Office Of Surface Mining Reclamation And Enforcement, 1951 Constitution Avenue NW, Washington, DC 20240
- ZIP Code
- 20240
- Solicitation Number
- 143853-RFI-01-30030
- Response Due
- May 1, 2001
- Point of Contact
- Contract Specialist, Tracy Meeker 303-236-0330 X253, Contracting Officer, Marie Chavis 202-208-2839.
- E-Mail Address
- meeker@osmre.gov or mchavis@osmre.gov (meeker@osmre.gov (contract specialist) or mchavis@osmre.gov (contracting officer))
- Description
- The Office of Surface Mining (OSM), Western Regional Coordination Center, is planning to procure Geotechnical Engineering Services in support of the Abandoned Mine Land Program (AML). The geotechnical engineering services are related to: (1) site investigations, (2) surveys and development of site maps, (3) development of reclamation design alternatives, (4) identification of environmental effects of proposed construction, (5) preparation of construction specifications and plans, (6) construction cost estimating, (7) monitoring of construction activities, (8) sampling of mine gases and mine drainage and (9) technical support and use of an existing project management Access 2000 database and AutoCad 2000 mapping system. All work is directly related to hazards associated with abandoned coal mines. Hazards at abandoned coal mine sites primarily consists of open shafts and portals, mine subsidence, venting mine gases, and mine drainage. Most of the sites are located in Washington, and occasionally in other OSM Western Region states such as Colorado, Oregon and California. Geographic proximity to the Washington project sites is a major consideration in the selection process. Project sites are determined when the AML projects are identified by OSM. The government anticipates awarding one indefinite quantity contract. The term of the contract shall be one year with four one-year options. Exercise of the yearly options is at the discretion of the government and subject to the availability of funds. The following criteria will be used to evaluate propesctive firms and their project teams (including all sub-consultants). Evaluation criteria are listed below. Criteria "1 through 4" are of equal weight, and contribute to a higher portion of the firm's overall ranking. Criterion 5 is of a lesser weight. 1) Specific individual experience and professional qualifications of personnel assigned to the project team, as necessary for performance of required services. 2) Specialized experience and technical competence in the type of work required. 3) Organization and management of the project team and the capacity to accomplish the work. 4) Location of the Project Team. 5) Past performance on contracts with Government agencies and private industry. A/E firms that meet the requirements described in this announcement are invited to submit three copies each of completed Standard Forms 254 and 255, U.S. Government A&E and Related Services, to the Office of Surface Mining, Western Regional Coordinating Center, Attn: Tracy Meeker, 1999 Broadway, Suite 3320, Denver, CO 80202. Respondents are encouraged to limit their 254/255 submittals to no more than 50 pages. Respondents may supplement their submittal with no more than two examples of relevant work (3 copies) prepared by the proposed team. Firms responding to announcement number 143853-RFI-01-30030, by May 1, 2001 will be considered. This is not a Request for Proposals.
- Record
- Loren Data Corp. 20010320/CSOL003.HTM (W-075 SN50G4V7)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on March 16, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|