|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 14,1997 PSA#1972Department of the Army, Baltimore District, Corps of Engineer, 10 South
Howard Street, Room 7000, Baltimore, MD 21201-1715 C -- FIRM-FIXED PRICE A-E INDEFINITE DELIVERY TYPE CONTRACT FOR
DIRECTORATE OF INSTALLATION SUPPORT, FT. BELVOIR, VA SOL
DACA31-98-R-0011 DUE 121597 POC Patty Hensley (410) 962-7718
(DACA31-98-R-0011) 1. Contract information: Firm-Fixed Price A-E
Indefinite Delivery Type Contract for U.S. Army Garrison, Ft. Belvoir,
VA, but may be used throughout the Baltimore District. The majority of
Architectural-Engineering services to be performed under this contract
will provide environmental assessment and planning support for the
U.S. Army Garrison, Ft. Belvoir. Work will be to provide support for
compliance with environmental laws, regulations, and requirements
relative to Underground Storage Tanks (USTs) and Above Ground Storage
Tanks (ASTs). One (1) firm-fixed price Indefinite Delivery Type
contract will be negotiated and awarded from this solicitation.
Contract will be for a 12-month period and will contain an option to
extend an additional period. The contract amount for the base period
and any option period will not exceed $1,000,000 each period.
Individual task orders shall not exceed the annual contract amount.
When one or more AE Indefinite Delivery-Type contractswith similar
scopes of work exists, the basis for selecting an AE for a particular
delivery order will be based on several factors. Among these factors
are current capacity of the contracts, ability of the AE to perform the
task in the required time, any unique specialized experience that the
AE can offer, and performance and quality of deliverables under the
AE's current IDTC, along with customer responsiveness. While this
process is necessarily a "subjective" process, the intent of this
contract is to satisfy customer needs in an expeditious and cost
effective mode. The concentration of work will be for Ft. Belvoir, VA,
but may be used throughout the Baltimore District. INFORMATION: The
contractor shall be required to perform site characterization and
assessment activities at UST sites, at locations where a petroleum
release has been documented, or at former waste storage sites on Ft.
Belvoir, VA. At the sites designated by the Directorate of Installation
Support, Environmental and NaturalResource Division (DIS-ENRD), the
contractor shall complete a site characterization as per requirements
of the Virginia Department of Environmental Quality. Site assessment
activities shall include, but are not limited to any or all of the
following: conducting background information reviews, obtaining utility
clearance/drilling permits, performing field activities and laboratory
analyses, conducting risk exposure assessments and remediation
assessments, preparation of detailed site characterization final
reports, and preparation of corrective action plans (CAPs) when
required. In addition, to the standard site characterization study at
each of the UST sites, the contractor may be required to perform
additional activities at the request of DIS-ENRD. The addition
activities contemplated by this contract are limited to the following:
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 in- situ hydraulic conductivity
tests; field screening techniques such as immunoassay or similar
procedures; implementing CAPs; provide remediation system design,
permitting, installation, operation, and maintenance; pilot testing of
remediation alternatives; and attending on-site project meetings.
Firm's staff must be capable of responding to multiple work orders
concurrently and within specified performance periods. SUBCONTRACTING
PLAN REQUIREMENTS: If the selected firm is a large business concern, a
subcontracting plan will be required with the proposal to the
solicitation. It shall be consistent with Section 806 (b) of PL100-80,
95-507, and 99-661. A minimum of 30% of the total planned
subcontracting dollars shall be placed with small business concerns. At
least 15% of total planned subcontracting dollars shall be placed with
small disadvantaged businesses, including Historically Black College
and University or Minority Institutions, and 8% with women-owned small
businesses. The plan is not required with this submittal. 3. SELECTION
CRITERION: See Note 24 for general A-E selection process. The lead A-E
firm should have the capabilities either in house or through the use
of the subcontractors to provide the following: civil, mechanical,
environmental, sanitary, geology, hydrogeology, surveying, chemist, and
CADD operator. A-E firm selected should demonstrate in-depth knowledge
of and experience in preparing UST Site Characterization Reports and
site investigations for the Virginia Department of Environmental
Quality; knowledge of Common wealth of Virginia and Federal
environmental regulations; and the ability to provide products that are
directly transferable to an Intergraph Geographical Information System
(GIS). Laboratory analytical services must be performed by an
accredited U.S. Army, Corps of Engineers (USACOE) laboratory with a
turnaround time no more than two weeks. In addition, tothe specified
requirements, for consideration firms must demonstrate: (a) past
experience and capabilities in the type of work described above; (b)
ability to respond and complete activities in a timely manner; (c)
computer capabilities including Intergraph GIS and CAD capabilities;
and (d) past performance on Government contracts in terms of cost,
control, design, and meeting established schedules. SUBMISSION
REQUIREMENTS: Submit responses not later than December 15, 1997 to US
Army Corps of Engineers, City Crescent Building, 10 South Howard St.,
Room 7000, Baltimore, MD 21201. Solicitation packages are provided only
to the selected firm after selection approval. Results of selection
will be mailed to non-selected firms approximately 70 days after
closing of this announcement. Technical Point of contact, Joe Ferris,
can be reached at (703)806-4007. Contracting Point of contact can be
reached at Internet: Patty.Hensley@usace.army.mil or (410)962-7718. In
order to comply with Debt Collection Improvement Act of 1996,
effective March 1, 1998, all contractors must be registered in the
Central Contractor Registration (CCR) to be considered for award of a
Federal contract. Contact CCR Web site at http://www.acq.osd.mil.ec.
Registration can also be accomplished via dial up modem at 614-692-6788
(User ID:ccrpud; Password:pub2ccri) or through any DoD Certified Value
Added Network. Additionally, a paper form for registration maybe
obtained from the DoD electronic Commerce Information Center at
1-800-334-3414. The wages and benefits of service employees (see FAR
subpart 22.10) performing under this contract must be at least equal to
those determined by the Department of Labor under the Service Contract
Act. This is not a request for proposal. (0316) Loren Data Corp. http://www.ld.com (SYN# 0009 19971114\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|