Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 6,1995 PSA#1296

Dept of Health and Human Services, Public Health Service, office of Engineering Services, Region X, 2201 Sixth Ave., RX-24, Rm 710, Seattle, WA 98121

C -- A/E REQUIREMENTS TYPE INDEFINITE DELIVERY CONTRACT (IDC) ENVIRONMENTAL COMPLIANCE AND REMEDIATION Contact Dale M. Burson (206) 615-2454/ Contracting Officer, Anthony F. Mammoser. This master A/E Requirements Type Indefinite Delivery Contract (IDC) shall provide for the issue of delivery orders (DO) to acquire A/E services necessary to plan for and accomplish environmental compliance and remediation activities to comply with Executive Order 12856. The proposed contract shall be used to satisfy all Department of Health and Human Services/Indian Health Service (DHHS/IHS) requirements for: DHHS/IHS and Tribally-owned hospitals, clinics, health stations, health centers, and other health treatment facilities. This includes DHHS/IHS and Tribally-owned public spaces, office spaces, staff housing, and related facilities which support the health facilities noted previously. The IHS facilities are located within the twelve IHS geographic areas. The IHS regional Area Offices and the states included in their respective geographic regions are: Aberdeen (SD) with Iowa, Nebraska, North Dakota, and South Dakota; Albuquerque (NM) with Colorado and most of New Mexico; Alaska (Anchorage, AK) with Alaska; Bemidji (MN) with Michigan, Minnesota, and Wisconsin; Billings (MT) with Montana and Wyoming; California (Sacramento, CA) with California; Bashville (TN) with Alabama, Florida, Louisiana, Maine, Mississippi, New York, North Carolina, and Texas; Navajo (Window Rock, AZ) with northeastern Arizona, southeastern Utah, and northwestern New Mexico; Oklahoma (Oklahoma city, OK) with Kansas and Oklahoma; Phoenix (AZ) with most of Arizona; Portland (OR) with idaho, Oregon, and Washington; and Tucson (AZ) with south central Arizona. Requirements do not include activities approved for contracting by Indian Tribal organizations under the Indian Self-Determination Act (P.L. 98-638). The proposed contract includes, on a non-mandatory basis, various National Institutes of Health (NIH) facilities outside the Bethesda, MD headquarters campus and various Department of Education (DEd) facilities for asbestos assessment and/or remediation. The major work component over the life of the contract, although this is not a guarantee of actual work, is to conduct multimedia environmental compliance assessments of various sites nationwide. Each assessment may include development or review of the site protocol manual, development of state, local, and applicable community requirements supplement to the manual, development, preparation, and completion of the previsit questionnaire, completion of on site assessment activities including asbestos assessment, preparation of the assessment report with a range of alternative corrective measures with estimates, and development/input of IHS-wide computerized database. Other activities include, but are not necessarily limited to, any combination of the following: develop training program for facility personnel; pollution prevention opportunity assessments; due diligence surveys; storm water permits; preparation of waste and materials management plans; solid waste management plans; conducting site specific resource field examinations; field sampling; sample analysis; field monitoring; data analysis; impact and alternative assessment; remediation recommendation; remediation design; remediation construction inspection; spill prevention control and countermeasure plans; and related studies and investigations. The contractor shall have the capability and capacity to perform the complete range of Environmental Compliance Assessment and Remediation activities described herein as evidenced by prior experience. The Contractor's main office and any branch offices shall demonstrate that they use company-wide standardized procedures to provide a uniform level of services and/or finished product. All work under this contract shall be accomplished or reviewed and approved by architects and/or engineers registered to practice in the particular professional field in the State in which the site (of the environmental compliance and remediation work) is located. The architect(s)/engineer(s) shall be or must become registered in the state of the site prior to performing any work under contract in that state as required by the state for non-Federal environmental assessment and compliance work. The contractor may be required to submit in electronic format compatible with the latest release of AutoCad and Word Perfect 5.1 for DOS all documentation including correspondence, protocol manual and supplements, assessment and other reports, charts, etc. All measurements, dimensions, etc. shall be metric (SI). Evaluation factors for this contractor selection are listed in descending order of priority: (1) Specialized experience and technical competence in all applicable aspects of environmental compliance assessments and remediation of large and small health, laboratory, education, quarters, and related support facilities. (2) Professional qualifications necessary for satisfactory performance of required services. (3) Past performance on comparable projects with government agencies and private industry in terms of cost control, quality control, and compliance with performance schedules. (4) Capacity to respond to sites nationwide and accomplish the work in the required time. (5) Knowledge and experience nationwide, including branch offices with regional expertise, particularly with the various IHS Areas. (6) Experience with owner management teams including representatives from Tribal governments. (7) Extent to which the offeror has provided for Indian preference in employment, subcontracting, and training. There will be one contractfor a one-year period with options for two additional one-year periods. The average DO is expected to be $40,000. The total estimated fee to be paid for the contractor's services performed under the awarded contract is $300,000 to $800,000 for the first year and $1 MIL per year for each of the two option years. These estimates of the average DO and probable needs are for information only and are not intended to imply that the estimates are an exact indication of the average DO or total services that will be required. Reference FAR 52.216-19, DO Limitations: The individual DO limitations shall be: (a) Minimum: $500; and Maximums; (1) The single/combination item DO maximum limitation shall be $300,000; (2) the 30-day aggregate DO maximum shall be $300,000; and (3) the yearly aggregate DO maximum limitation shall be $1 million. All submittals must be in duplicate. Brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement will not be considered. All responsible sources may submit a SF-254 and a SF-255 which shall be considered by the agency. Pertinent statements relative to the evaluation factors shall be included in Part 10 of SF 255. In addition, in Part 10, provide descriptions of no more than two projects listed in Part 8 of SF 255 demonstrating the experience and expertise required in the evaluation factors. All submittals should include resumes of a ``primary compliance assessment team'', description of anticipated management plan and team organization for this project, including degree of principal participation, production coordination, division of work, scheduling, quality assurance, cost control, and prior experience of each assessment team as a unit utilizing standardized company-wide tools. The proposed contract is 100% set aside for small business under the Small Business Competitiveness Demonstration Program. The applicable SIC is 8711, size standard $2.5 million. Submittals must be received by 3:00 P.M., local time, April 12, 1995. Submittals to be sent to DHHS/PHS/Office of Engineering Services, Region X, 2201 Sixth Ave., Rm. 710, MS RX-24, Seattle, WA 98121. Control Number is 102-AE-95-0016. (061)

Loren Data Corp. http://www.ld.com (SYN# 0030 19950303\C-0009.SOL)


C - Architect and Engineering Services - Construction Index Page