Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 20, 2001 PSA #2981
SOLICITATIONS

R -- PROFESSIONAL SERVICES FOR ENVIRONMENTAL SERVICES SUPPORT OF U.S. COAST GUARD, CIVIL ENGINEERING UNIT PROVIDENCE

Notice Date
November 16, 2001
Contracting Office
Department of Transportation, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Providence, 300 Metro Center Boulevard, Warwick, RI, 02886
ZIP Code
02886
Solicitation Number
DTCGG1-02-R-3RX002
Response Due
January 10, 2002
Point of Contact
Susan Hetrick, Contracting Officer, Phone (401)736-1767, Fax (401)736-1704, Email SHetrick@CEUProvidence.USCG.mil -- Susan Hetrick, Contracting Officer, Phone (401)736-1767, Fax (401)736-1704, Email SHetrick@CEUProvidence.USCG.mil
Description
CEU Providence is responsible for environmental technical services support to individual Coast Guard commands within the First Coast Guard District. The geographical area of responsibility includes Massachusetts, Connecticut, Rhode Island, New Jersey, Maine, Vermont, New Hampshire and New York. Individual commands are responsible for complying with applicable local, state and federal environmental regulations. Technical advice and support are provided by CEU Providence personnel. CEU Providence acts as the affected units agent in determining site characterization, extent and nature of contamination, health and environmental risk evaluations and negotiations with the appropriate authority to remediate contamination, as appropriate. CEU Providence is also responsible for managing the Districts Underground Storage Tank (UST), Air Quality, Water Quality, Hazardous Waste Management, Polychlorinated Biphenyl (PCB) Management, Emergency Planning and Community Right to Know, Lead Paint and Asbestos Abatement Programs. 1.0 Objective: This contract is required to support Coast Guard environmental personnel in carrying out their responsibilities under the various environmental regulations. Types of individual task orders may include:(1) Environmental Analysis (Phase I and Phase II Site Assessment) which will include all documentation reports, engineering studies, borings, and studies required by federal, state, and local governments that are applicable to a specific project including but not limited to: Comprehensive Environmental Response and Compensation Liability Act (CERCLA), Resource Conservation and Recovery Act (RCRA). Clean Water Act (CWA), Clean Air Act (CAA), Endangered Species Act, Coastal Zone Management Act, National Historic Preservation Act; (2) studies, literature research, analyses and reports and plans and specifications as necessary to prepare environmental documentation for proposed Coast Guard design/construction and remediation projects. Documentation will comply with the National Environmental Policy Act (NEPA), as well as, other federal and Coast Guard regulations and include Categorical Exclusion Determinations, Environmental Assessments, Findings of No Significant Impact (FONSI), Environmental Impact Statement (EIS) and; (3) Assessments of Past Practices; (4) Environmental Audits; (5) Soil and ground water sampling and analysis; (6) Site and Remedial Investigations; (7) Historical and Archeological Studies; (8) overboard discharge systems evaluations; (9) storm water discharge evaluations under National Pollutant Discharge Elimination System (NPDES); (10) Asbestos and Lead Paint surveys and abatement; (11) emergency response services for oil or hazardous substance spill, (12) various degrees of consultation with Federal, State and local regulatory agencies; and (13) development of plans and specifications as ordered and in accordance with the USCG CADD standards when applicable. 2.0 Specific Requirements 2.1.Contractor shall be capable of responding on occasion to task orders under this contract within 4 days after notification. This will require that the contractor provide and commit the necessary personnel and/or resources to perform the specific task order. 2.2. Task order schedules shall be flexible with the only fixed times being start and deliverable due dates. 2.3 The contractor is required to provide all personnel and resources required for each task order; equipment and apparatus will vary under each specific task order. Items such as a drill rig and drill rig support equipment necessary to install monitoring wells may be subcontracted. However, subcontracted operations and equipment required for a specific task order must be approved by the U.S. Coast Guard Contracting representative (COTR). The contractor will be expected to provide the basic equipment necessary to conduct studies as required. 2.4 Travel to CEU Providence, and various field locations in the 8-state area will be required. Cost for required commercial travel (air, rail, and bus) will be reimbursed by the government at actual cost, not to exceed coach or tourist fare. Per diem for lodging, meals and miscellaneous expenses will be reimbursed at the published rate for the geographic area being visited, at the same rate as authorized for Federal employees on temporary duty in accordance with Federal acquisition Regulatory Section 31.205.4B. 2.5. The contractor shall not rotate personnel assigned to a specific task order without the approval of the U.S. Coast Guard COTR and will utilize personnel as agreed to in each task under negotiation. It is highly desirable that contractor personnel remain constant throughout the course of each task order to meet established time schedules and deliverables. Should the contractor desire to change personnel, a written request with the resume of the new personnel shall be provided to the COTR and shall be approved by the Coast Guard. This is a critical factor with respect to maintaining valid quality control and quality assurance programs in site investigations, sample analysis and any other study being conducted. 2.6 The contractor shall be required to maintain current knowledge on changes to rules and regulations published in the Federal Register and applicable state regulations pertaining to environmental issues for all potential task orders. 2.7 The contractor shall designate a project manager for each delivery order. All changes to task order will be discussed in writing and agreed upon by both the contractor?s designated project manager for a given task and the U.S. Coast Guard?s COTR for that task order. 2.8 The contractor shall be required on occasion to conduct literature searches; conduct survey of resources available at a given field site locale; establish liaison with Federal and State regulatory officials; initiate and obtain, required permits, etc; to conduct field surveys, and participate at review meetings with State, Federal, and other agency/institutional personnel. This means that the contractor shall perform necessary duties in all required phases of work needed to complete the specific task order as agreed upon before and during the task order endeavor and as required based on results, timeliness, changes in direction and scope of study. 3.0 Schedules: The Contractor shall comply with the schedule accomplishing the tasking requirements as stated in each individual task order schedule. 4.0 Contractor Provided Equipment/Materials: 4.1 The contractor shall be responsible for providing and/or obtaining through subcontracting all equipment and materials not provided by the U.S. Coast Guard or other sections of the scope for the successful/timely completion of the specific task order objective and required deliverables. This Indefinite Delivery/Indefinite Quantity Contract shall be for one year with four (4) one year option periods. Delivery orders placed against this contract will not exceed the following limitations: the total amount of the contract shall not exceed $1,500,000 per year with a minimum contract guarantee of $5,000. No individual task order shall exceed $300,000. A/E selection criteria will include in order of importance: (1) professional qualifications to perform services required; (2) specialized experience to perform work required; (3) capacity to accomplish the work in the required time; (4) location of A/E firm in general geographic area Civil Engineering Unit, Providence, RI; (5) location of A/E consultants; (6) past record of performance in cost control, schedule and quality of work; and (7) past evaluations, if any, with USCG; (8) demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design.=20 Those firms, which meet the requirements described in this announcement and wish to be considered, are required to submit SF-254?s and SF-255?s to the U. S. Coast Guard, CEU Providence, 300 Metro Center Blvd., Warwick, RI 02886, Attn: S. Hetrick. Clearly mark on the outside of the envelope Submittal for Solicitation DTCGG1-02-R-3RX002. Responses to this synopsis must be received in this office no later than 4:00 p.m. on 10 January 2002. All SF-S54?s and SF-255?s received after the due date will not be considered. No other notification of this project will be made to firms. THIS IS NOT A REQUEST FOR PROPOSALS. This project is issued pursuant to the Small Business Competitiveness Demonstration Program, and is unrestricted. THE FOLLOWING NOTICE IS PROVIDED AS INFORMATION FOR MINORITY, WOMEN-OWNED, AND DISADVANTAGED BUSINESS ENTERPRISES: The Dept 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 and bonding assistance for transportation-related contracts. This is applicable to any eligible prime or subcontract at any tier. The DOT Bonding Assistance Program enables firms to apply for bid, payment and performance bonds up to $1.0 million per contract. The DOT provides an 80% guaranty on the bond amount to a surety against losses. Loans are available under the DOT Short-term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The max. line of credit is $500,000. For further information regarding these programs, call the DOT OSDBU at (800) 532-1169. For information concerning this acquisition, contact the Contracting Official listed above.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/DOT/USCG/USCGCEUP/DTCGG1-02-R-3RX002/listing .html)
Record
Loren Data Corp. 20011120/RSOL001.HTM (D-320 SN513250)

R - Professional, Administrative and Management Support Services Index  |  Issue Index |
Created on November 16, 2001 by Loren Data Corp. -- info@ld.com