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