Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 9,1995 PSA#1406

Department of the Army, Baltimore District, Corps of Engineers, P.O. Box 1715, Baltimore, MD 21203-1715

C -- INDEFINITE DEFINITE DELIVERY-TYPE (ENVIRONMENTAL MANAGEMENT) CONTRACT, FOR DIRECTORATE OF PUBLIC WORKS, FORT BELVOIR VA SOL DACA31-95-R-0082 POC Charlene V Brown, (703)805-2987, Contracting Officer Marie E Raglind (703)805-2970 1. CONTRACT INFORMATION: A-E services to be performed under this contract will provide environmental management support for the U.S. Army Garrison Fort Belvoir. Work will provide support in compliance with environmental laws, regulations, and requirements to which Fort Belvoir is subject, pursuant to AR 200-1: Environmental Protection and Enhancement (April 23, 1990); Virginia Department of Environmental Quality VR 680-13-02: Underground Storage Tanks, Technical Standards and Corrective Action Requirements (October 25, 1989); and 40 CFR 280: Technical Standards and Requirements for Owners and Operators of Underground Storage Tanks. One firm-fixed price Indefinite Delivery-Type contract will be negotiated and awarded. Contract will be for a base period of one year and an option period of one year. The annual ceiling for the base year and the option year is $750,000. Individual delivery orders will not exceed $150,000. The contract is anticipated to be awarded in Feb 96. Subcontracting Plan Requirements: If the selected firm is a large business concern, a subcontracting plan will be required, on that part of the work it intends to subcontract, consistent with Section 806(b) of PL 100-180, PL 95-507, and 99-661. A minimum of 25% of the total planned subcontracting dollars shall be placed with small business concerns (SB), and 8% be placed with small disadvantaged businesses (SDB), including Historically Black Colleges and Universities or Minority Institutions, and 5% with Women-Owned Businesses (WOB). This plan is not required with this submittal. 2. PROJECT INFORMATION: Work includes performance of site characterization assessment activities on Ft. Belvoir at Underground Storage Tank (UST) sites or locations where a petroleum release has been documented. At sites designated by the Ft. Belvoir Directorate of Public Works, Environmental and Natural Resource Division (DPW-ENRD), site characterization as per requirements of the VA Department of Environmental Quality shall be completed. Site assessment activities shall include, but are not limited to, any or all of the following: (1) conducting background information reviews, obtaining utility clearance/drilling permits, performing field activities and laboratory analyses, (2) conducting risk exposure assessments and remediation assessments, (3) preparation of detailed site characterization final reports, (4) and preparation of corrective action plans (CAP) when required. In addition to the standard site characterization study at each of the UST sites, performance of additional activities at the request of DPW-ENRD. These additional activities may include: performing additional laboratory analyses, additional soil borings, installation of additional monitoring wells, performing field screening activities, collecting additional field samples, passive collection of liquid phase hydrocarbons, performing on- site hydraulic conductivity tests, field screening techniques such as immunoassay or similar procedures, and attending on site project meetings. 3. SELECTION CRITERIA: See Note 24 for general A-E selection process. Firms must demonstrate in-depth knowledge of and experience in preparing UST Site Characterization Reports for the Virginia Department of Environmental Quality; knowledge of Commonwealth of Virginia and Federal environmental regulations; and ability to provide products that are transferable to an Intergraph CAD and GIS system. Laboratory analytical services must be performed by an accredited U.S. Army, Corps of Engineers (USACOE) laboratory with a turnaround time of two weeks. In addition to the specified requirements, for consideration firms must demonstrate: (a) past experience and capability in the type of work described above; (b) ability to respond and complete activities in a timely manner; (c) location of offices in proximity to Ft. Belvoir, VA; (d) computer capabilities including GIS and CAD capabilities; and (e) past performance on Government contracts in terms of cost, control, design and meeting established schedules. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements . Interested firms having the capabilities to perform this work must submit one copy of SF 255. A SF 255 must be submitted for prime and joint ventures. A SF 254 must be submitted for prime, joint ventures, and consultants. The SF 255 and SF 254 shall clearly indicate the staffing of the office(s) indicated to do the work. Responses to this announcement received within 30 days from the date of this issue will be considered for selection. Street address: City Crescent Building, ATTN: Charlene V. Brown, Room 7000, 10 South Howard Street, Baltimore, Maryland 21201. Technical questions should be directed to Joseph Ferris (703) 806-3694. Solicitation packages are not provided. This is not a request for proposal. (0219)

Loren Data Corp. http://www.ld.com (SYN# 0011 19950808\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page