Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 26,1999 PSA#2291

U.S. ARMY CORPS OF ENGINEERS, TRANSATLANTIC PROGRAMS CENTER, P. O. BOX 2250, WINCHESTER VA 22604-1450

C -- REINSPECT AND ASSESS ASBESTOS-CONTAINING MATERIALS AT DODEA FACILITIES SOL DACA78-99-R-0010 DUE 031999 POC John R. Krueger (540) 665-3936 (Site Code DACA78) E-MAIL: LINDA.W.WHITACRE@USACE.ARMY.MIL, LINDA.W.WHITACRE@USACE.ARMY.MIL. Engineering services will consist of inspection and assessment of asbestos containing materials at the Department of Defense Education Activity's DODDS and DDESS facilities at various U.S. and overseas locations (See below for additional government options). This announcement is open to all businesses regardless of size. A firm fixed price contract will be negotiated. The contract is anticipated to be awarded in October 1999 and completed October 2002. If a large business is selected for the contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The plan is not required with this submittal. Project Information: The asbestos inspection and assessments must be done in compliance with the Asbestos Hazard Emergency Response Act (AHERA) and EPA Regulation 40 CFR 763 Asbestos Containing Materials In Schools, Final Rule and Notice. Services will involve on site surveys of each facility, the identification and initial inspection of suspect materials, and/or the reinspection of previously identified asbestos-containing materials (ACM) their condition and hazard assessment, the inspection reports, management plans, special operations and maintenance manuals. Services also include updating and expanding an electronic database for all DODEA locations incorporating results from this and previous surveys, reports, and other data from the DODEA asbestos management program. At the Government's option, the following additional services may be included: Surveys, investigations, studies, inspections, condition assessments, database management and reports concerning other materials including lead; facility/system conditions and/or security assessments; emergency response actions; as- built facility plans; and other incidental planning, architect-engineer or environmental services at any or all DODEA location(s). Asbestos resurveys for all DODDS locations must be completed by September 30, 2000 at, but not limited to, the number of schools and district superintendents' offices indicated in the following locations: Azores (2), Bahrain (1), Belgium (4), Cuba (2), Germany (75), Iceland (2), Italy (14), Japan and Okinawa (28), Korea (7), Netherlands (3), Panama (7), Spain (3),Turkey (4), and the United Kingdom (11). Asbestos resurveys for DDESS locations must be completed between August 2000 and December 2001 at, but not limited to the following numbers of schools at the following locations: Guam (3), Puerto Rico (8), Alabama (4), Georgia (15), Virginia (5), North Carolina (17), South Carolina (5), Kentucky (17), and New York (1). Selection Criteria: Significant evaluation factors in descending order of importance are: A. Specific Experience, (1)extensive experience related to the function and standards of DOD schools, (2) extensive experience with a test laboratory that identifies asbestos, lead and other toxic substances, (3) extensive experience working within and outside the continental United States to include Europe and Asia. B. Professional Capabilities, (1) Professional qualifications and related experience of firm, subcontractors or joint venture members and their proposed staffs, (2) current technical certification of staff members as required by EPA regulations for asbestos,(3) recent experience in implementation of asbestos, lead and other regulations as related to schools, (4) staff and capability to accomplish the work in the required time using approximately 3 teams working simultaneously, (5) past experience with U.S. government contracts in the geographical areas identified above, (6) use of testing laboratory participating in the U.S. EPA quality assurance program and, (7) a quality control plan, quality assurance and management plan. C. Secondary considerations are; (1)volume of work previously awarded to the firm by DOD in the last 12 months, and (2) SB and SDB participation. Note that CBD Note 24 is not used in the selection process. Submission Requirements: Interested firms having the capabilities to perform this work must submit two copies of SF 255 (Nov 92 edition) and two copies of SF 254 (Nov 92 edition) for the prime firm and all consultant joint venture firms, to the above mailing address or Federal Express address 201 Prince Frederick Drive, Winchester, VA 22602, not later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business of the next business day. Include the firm's ACASS number in SF 255, Block 3. For ACASS information, call 503-326-3459. Include your firm's telephone, Fax, and Internet numbers. The SF 254 and SF 255 forms can be obtained from http://www.gsa.gov/pbs/pc/hw_files/254-255.htm. Solicitation packages are not provided. This is not a request for proposal. Firms' visits to discuss the proposed projects will not be accepted/scheduled. Email: John.R.Krueger@usace.army.mil Posted 02/22/99 (A-SN301022). (0053)

Loren Data Corp. http://www.ld.com (SYN# 0023 19990226\C-0008.SOL)


C - Architect and Engineering Services - Construction Index Page