Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 19,1997 PSA#1996

US ARMY CORPS OF ENGINEERS, NEW YORK DISTRICT, Attn: CENAN-EN-MR 26 Federal Plaza, Rm 2143 New York, N.Y. 10278-0900

C -- INDEFINITE DELIVERY CONTRACT #29 FOR ENVIRONMENTAL SERVICES PRIMARILY WITHIN THE FORT HAMILTON BOUNDARIES AND SUPPORTING EAS SOL CBAEEN 8351-0008 POC Willien Cunningham, Procurement Assistant 212-264-9123. Location of work: Environmental Services within the Fort Hamilton boundaries and supporting areas. Scope of services required: The scope of services required from an environmental A/E includes, but is not limited to, the following. Preparation of design and construction documents, construction services, cost studies and reports for various projects. Prepare asbestos survey/abatement plans, cost estimates and specifications, bulk sample analysis utilizing PLM and/or TEM, air sample analysis via PCM and/or TEM. Prepare Spill Prevention Control and Countermeasure (SPCC) plans and Installation Spill Contingency (ISC) plans, prepare storm water pollution prevention (SWPPP) plans, prepare sanitary/storm sewer survey and/or rehabilitation design of sewer systems. Prepare solid waste management/recycling plans. Prepare site investigation / remedial design / feasibility studies, and Preliminary Assessment Screening (PAS). Prepare air emission inventory and air pollution abatement plans. Prepare Lead-Based Paint(LBP) surveys with X-Ray Florescence (XRF) Analyzer or AAS, and lead paint abatement designs, cost estimates and specifications. Prepare hazardous waste minimization plans. Monitoring indoor air quality investigations as well as other OSHA compliance monitoring. Firms should specifically show past experience and personnel qualifications in the following areas: 1)Asbestos Management, 2)Clean Water Program, 3)Solid Waste Program, 4)Environmental Engineering, 5)Air Quality Control Program, 6)Lead Management Program, 7)Hazardous Waste Program, and 8)Industrial Hygiene Program. One indefinite delivery contract will be negotiated and awarded, with a base period not to exceed one year and two option periods not to exceed one year each. The amount of work in each contract period will not exceed approximately $450,000. Each delivery order will not exceed $450,000. An option period may be exercised when the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. Work willbe issued by negotiated firm-fixed-price task orders. The Government's obligation to guarantee a minimum amount for payment will apply to all three periods. The guaranteed minimum is $9,000 for the first period and $4,500 for the second and third periods. Technical capability required: The preference is for a well-staffed firm which is capable of performing all the work in house. Firms should have previous experience with environmental work on Army and/or Air Force installations. Firms which will not perform all the work in-house must demonstrate how they will manage sub-contractors and insure quality control. Firms must identify in their submittal the working office and the personnel per discipline available at the working office. The specific abilities required are: The firm must have lead disciplines and in-house personnel in environmental and geotechnical engineering. Senior engineers must be registered. In addition firm must have architects, civil, structural, mechanical, electrical, and fire protectionengineers, certified asbestos specialists, licensed industrial hygienists, chemists, hydrologists, geologists, hydrogeologists, cost estimators, landscape architects, and surveyors. Special Qualifications: Previous experience with New York Department Environmental Conservation regulations and procedures. The firm should indicate their experience with OSHA rules and regulations. The firm should also indicate their ability to remove asbestos, PCB and other hazardous material. Responding firms should indicate their ability to access an electronic bulletin board and Automated Review Management System (ARMS) via a Hayes or Hayes compatible modem, through an IBM or compatible PC. Past experience with the Corps' M-CACES Gold Cost Estimating program, or the firm's capability to use these programs are required. In addition firms should indicate their CADD capability and Intergraph compatibility. Closing date for submitting SF255: 30 days after advertising date. If this date falls on a Saturday, Sunday, or Holiday theclosing date will be on the next business day. Firms should submit their qualifications on 11-92 version of SF255 and SF254. SF254 should reflect the overall firms capacity, whereas, SF255 should reflect only the personnel dedicated to the specific project referenced in the submittal. If subconsultants are to be utilitized, a SF254 must be submitted for each subconsultant. These guidelines should be closely followed, since they constitute procedural protocol in the manner in which the selection process is conducted. Evaluation factors in descending order of importance: a. Professional qualifications necessary for satisfactory performance of required services. b. Specialized experience and technical competence in the type of work required. c. Capacity to accomplish the work within the required time. d. Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. e. Location in the general geographical area of the Fort Hamilton's boundaries and knowledge of the localities provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. f. Extent of participation of small businesses, small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. g. Volume of work previously awarded to the firm by the Department of Defense, with the object of effecting an equitable distribution among qualified A/E firms, including small and small disadvantaged business firms and firms that have not had prior DoD contracts. Start date: July 1998. Completion date: July 2001. Small and small disadvantaged firms are encouraged to participate as prime contractors or as members of joint ventures with other small businesses. All interested large firms are reminded that the successful firm will be expected to place subcontracts to the maximum practicable extent with small and small disadvantaged firms in accordance with Public Law 95-507. If a large business firm is selected, a small business subcontracting plan will be required prior to award. Firms which have not previously applied for New York District projects and firms which do not have a current SF-254 on file with the New York District should submit two of the SF-254 with this initial response to CBD announcement. Firms using consultants should submit copies of the SF-254 for their consultants. a. Notification of all firms will be made within 10 calendar days after approval of the Final Selection. Notifications will not be sent after preselection approval. The notification will say the firm was not among the most highly qualified firms and that the firm may request a debriefing. b. The A/E's request for debriefing must be received by the selection chairperson within 30 calendar days after the date on which the firm first received the notification. c. Debriefing(s) will occur within 14 calendar days after receipt of the written request. d. Copies of all SF-254s and SF255s of all firms, which are not short listed, will be held for 30 calendar days after notifications are sent out. Three (3) copies of the submittals should be sent to Ms. Willien Cunningham, CENAN-EN-MR, Room 2133, 26 Federal Plaza, New York, NY 10278, (212) 264-9123. _ (0351)

Loren Data Corp. http://www.ld.com (SYN# 0016 19971219\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page