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