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