Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 30,1995 PSA#1379

USDA-Forest Service, Fremont National Forest, 524 North G Street, Lakeview, Oregon 97630

C -- WHITE KING/LUCKY LASS REMEDIAL INVESTIGATION/FEASIBILITY STUDY TECHNICAL DOCUMENT REVIEW. SOL SOL R602-95-0481 DUE 080295 POC Contact, Procurement, 503/947-6228 C- Professional engineering and architectural services related to technical review of documents (deliverables) produced during the performance of a Remedial Investigation/Feasibility Study (RI/FS) of the White King/Lucky Lass Uranium Mines Site on the Fremont National Forest in accordance with the Comprehensive Environmental Response, Compensation and Liability Act (CERCLA) (42 USC 9600 et seq.), the National Contingency Plan (NCP), the Guidance for Conducting Remedial Investigations and Feasibility Studies under CERCLA (U.S. EPA, October 1988) and the April 25, 1995 Administrative Order on Consent (AOC) between the Forest Service, U.S. EPA Region 10, Oregon Department of Environmental Quality, the Oregon Department of Energy and Kerr-McGee Corporation. The White King/Lucky Lass Mines Site is a National Priorities List (NPL) Site, effective May 25, 1995. The following criteria will be applied in evaluating firms for contract award. CRITERIA REQUIRED BY FEDERAL ACQUISITION REGULATIONS (FAR) 36.602-1(a): (1) Professional qualifications necessary for satisfactory performance of required services (e.g., licensed, registered, or certified in the States required). (2) Specialized experience and technical competence in the type of work required. The firm and/or proposed personnel shall have an established reputation in the field of RI/FS; shall be regularly engaged in and maintain a regular force of staff skilled in RI/FS; and shall have performed this type of work on previous projects similar in scope and size. (3) The firm shall have experience in CERCLA mining projects. Provide a listing of references (names, phone numbers, date and location of project) in addressing this criterion. (4) The firm shall haveexperience in projects involving the Oregon Department of Environmental Quality- Environmental Cleanup Division and/or the Oregon Department of Energy. (5) Capacity to accomplish the work in the required time. (6) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. (7) Location in the general geographical area of the project and knowledge of the locality of the project (provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. (8) acceptability under other appropriate evaluation criteria, following. CRITERIA REQUIRED BY DEPARTMENT OF AGRICULTURE ACQUISITION REGULATIONS (AGAR) 436.602-1(a): (9) Adequacy of facilities for performance of the work including those necessary to provide specialized services that may be required; (7) volume and nature of present workload as it relates to ability to perform the work required. (10) Experience and qualifications of proposed key personnel including specialized technical skills, project coordination and management skills, and experience in working together as a team. (11) Availability of additional contractor personnel or consultants to support expansion or acceleration of the project. CRITERIA REQUIRED BY FOREST SERVICE ACQUISITION REGULATIONS (FSAR) 4G36.602-1(a): (12) Volume of work under previously awarded Forest Service contracts. Evaluate the volume of work previously awarded by the Forest Service, with the objective of effecting an equitable distribution of contracts among qualified A-E firms, including minority firms, that have not had prior Forest Service experience. (13) Subcontracting with certified 8(a) or other small disadvantaged businesses (that is, potential contractors who are subcontracting, or will subcontract, with certified 8(a) or other small disadvantaged businesses). Continue to give these businesses preference until units have met their small business goals (GAO decisions B-223059 and B-223243). (14) Proposed use of ''recovered materials'' (FAR 23.402) or other technical methods which show a superior approach in use or disposal of materials. THIS ADVERTISEMENT SERVES AS THE SOLICITATION FOR THIS PROJECT. Interested firms shall submit Standard Form 254, Architect-Engineer and Related Services Questionnaire, to provide information concerning the firm's general qualifications; and Standard Form 255, Architect-Engineer and Related Services Questionnaire for Specific Project, to provide more detailed information concerning qualifications specific to the project. Responses are due 4:30 P.M., local time, August 2, 1995. Envelopes containing SF-254 and SF-255 submittals in response to this ad should place the following in the lower left hand corner of the envelope: R602-95-0481, White King/Lucky Lass RI/FS Technical Document Review, Due August 2, 1995. (0179)

Loren Data Corp. http://www.ld.com (SYN# 0014 19950629\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page