Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 28,1995 PSA#1377

WALLA 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