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