|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 28,1995 PSA#1377WALLA WALLA DIST, CORPS OF ENG, WALLA WALLA WA 99362-1876 C -- ARCHITECT ENGINEER SERVICES FOR MISCELLANEOUS ENVIRONMENTAL
ENGINEERING FOR THE WALLA WALLA DISTRICT SOL DACW68-95-R-0030 DUE
072695 POC Contract Specialist Julie Dockery (509) 527-7206 (Site Code
DACW68) 1. SERVICES REQUIRED: Environmental engineering studies and
design in support of the Walla Walla District's environmental missions
and other environmental work in support of other Corps of Engineers
District or U.S. Offices/Agencies to include U.S. Department of Energy
(DOE). One indefinite delivery contract will be negotiated and awarded
with a base period of one year and an option period of one year. The
base year and each option year have a ceiling amount not to exceed
$750,000 each. No one delivery order shall exceed $150,000. This
contract is anticipated to be awarded in November 1995. This
announcement is open to all businesses regardless of size. If a large
business is selected for this contract, it must comply with FAR
52.219-9 regarding the requirement for a subcontracting plan on that
part it intends to subcontract. The subcontracting goals are that a
minimum of 60.3% of the contractors intended subcontract amount be
placed with small businesses (SB), including 9.8% with small
disadvantaged businesses (SDB) and 2.9% with women-owned small
businesses (WOB). The plan is not required with this submittal. 2.
PROJECT INFORMATION: The work could include but is not limited to the
following environmental engineering activities: hazardous, toxic,
radiological, and/or mixed waste (HTRW) site characterization and
treatment studies; design of remedial alternatives; subsurface
geophysical explorations on land and water; geologic mapping;
installation of piezometers and other geotechnical instruments,
groundwater contamination studies; groundwater modeling and analysis;
field sampling, monitoring, data analysis, and interpretation; water
and wastewater studies and design; landfill characterization and
design; Environmental Impact Statements (EIS); environmental compliance
assessments; human health and ecological risk assessments; biological
assessments; water quality studies, gas saturation studies, fish
transport studies; fish mitigation studies, and other related
environmental planning, assessment, restoration, and remediation
activities. 3. SELECTION CRITERIA: See Note 24 for general A-E
selection process. The selection criteria are listed below in
descending order of importance (first by major criterion and then by
each sub-criterion). Criteria a-g are primary. Criteria h-i are
secondary and will only be used as ''tie-breakers'' among technically
equal firms. (a) Specialized experience and technical competence: (1)
Experience in HTRW with RCRA and CERCLA compliance and fishery studies;
(2) Familiarity, practical knowledge, and demonstrated, specialized
experience in the development and/or application of alternative
treatment technologies for the remediation of HTRW sites; (3)
Familiarity, practical knowledge, and demonstrated, specialized
experience in fisheries and fish management and/or application of
alternative technologies for restoration and mitigation; (b) Qualified
personnel in the following key disciplines or specialized fields:
Civil, Environmental, Mechanical, Structural, and Geotechnical
Engineering; Geology and Hydrogeology; Industrial Hygiene; Health
Physics; Chemistry; Biology; Fisheries; and Toxicology; (c)
Demonstrated ability to comply with rigorous Quality Assurance and
Quality Control criteria and cost accounting requirements associated
with District missions, including DOE orders concerning Quality
Assurance and Quality Control; (d) Past performance on contracts with
Government agencies and private industry in terms of cost control,
quality of work, and compliance with performance schedules; (e)
Capacity to perform two $150,000 delivery orders in a 90 day period.
The evaluation will consider the experience of the firm and any
consultants in similar size projects, and the availability of an
adequate number of personnel in key disciplines and specialized fields;
(f) Knowledge of locality and geographic proximity; (g) Ability to
produce specifications on 5 1/4 or 3 1/2 inch diskettes in Word 6.0 for
Windows format and deliver final CADD drawings on 5 1/4 or 3 1/2 inch
diskettes in a format compatible with Intergraph IGDS; (h) Extent of
participation of SB, SDB, historically black colleges and universities,
and minority institution in the proposed contract team, measured as a
percentage of the total estimated effort; (i) Volume of Department of
Defense (DOD) contract awards in the last 12 months as described in
Note 24. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission
requirements. Interested A-E firms having the capabilities to perform
this work must submit three (3) copies of Standard Form (SF) 254 not
already on file at the COE ACASS Center in Portland, Oregon, and three
(3) copies of SF 255 for the prime and all consultants to the above
address not later than the close of business on 26 July 1995 or within
30 calendar days after publication date of this notice, whichever is
later. If the 30th day is a Saturday, Sunday, or Federal holiday, the
deadline is the close of business of the next business day. Only the
11/92 edition of the SF 254 and SF 255 are acceptable. Include the
solicitation number in Block 2b of SF 255. Include the firm's ACASS
number in Block 3b of SF 255. In SF 255, Block 10 describe owned or
leased equipment that will be used to perform this contract, as well as
CADD capabilities. Personal visits to discuss this project will not be
scheduled. This is not a request for proposal and no other general
notification will be made.(0177) Loren Data Corp. http://www.ld.com (SYN# 0019 19950627\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|