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