|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 21,1999 PSA#2500Federal Highway Administration, Central Federal Lands Highway Division
(HPA-16), 555 Zang St., Room 259, Lakewood, CO 80228 C -- ARCHITECT-ENGINEER (A/E) SERVICES, INDEFINITE DELIVERY,
INDEFINITE QUANTITY CONTRACT FOR ENVIRONMENTAL SERVICES TO BE PERFORMED
IN AND AROUND DENVER, COLORADO. SOL DTFH68-00-RFQ-00004 DUE 012400 POC
Amy C. Lucero, A/E Contract Specialist, 303-716-2013 WEB: Information
regarding acquisition opportunities., www.cflhd.gov. E-MAIL: To
request information regarding solicitation opportunities.,
alucero@road.cflhd.gov. The Central Federal Lands Highway Division
(CFLHD) anticipates one contract award. The contract is to operate with
individually negotiated task orders issued in accordance with the terms
of the contract. The contract awarded will consist of 1 base year with
the potential of four 1-year options. A guaranteed contract minimum of
$25,000 will be provided with a maximum value of the contract not to
exceed a 5-year total of $10,000,000. Specific task order limitations
will be a point of discussions and agreement during the initial
negotiation. Environmental services are required to clean up a
chlorinated solvent spill originating from a leaking underground
storage tank that was used to store waste products from an asphalt
testing laboratory. The environmental services will require
demonstrated knowledge of and experience with: investigation and
remediation of chlorinated solvent spills containing DNAPL; soil and
groundwater remediation under and around buildings; investigation and
remediation in highly variable and fractured media with high clay
content; indoor air monitoring and remediation above chlorinated
solvent plumes; bioremediation of trichloroethane and daughter
products; permeable reactive barriers using zero valent iron; stream
and precipitation gauging and preparation of hydrographs; risk
assessment; QA/QC procedures; applicable state and federal
environmental regulations; attaining site closure; and writing work
plans and reports. Firms will be required to perform the predominant
amount of work with in-house forces and must demonstrate their ability
to satisfactorily accomplish all work items (either in-house or
through qualified subcontractors). Specific task orders will be
negotiated as needed to facilitate remediation efforts. Task orders may
include but not be limited to: improving performance of a 1,200-foot
long funnel and gate system (zero valent iron); source area remediation
of DNAPL contaminated soil; monitoring and reporting on natural
attenuation processes; indoor air quality monitoring; groundwater
monitoring; waste disposal; public involvement and newsletter
preparation; reporting; and supporting the Federal Highway
Administration in negotiations with regulatory agencies. Selection of
firms for award shall be in accordance with FAR 36.602-3 and 36.602-4.
Selected firms must submit a subcontracting plan that includes their
intended use of small business, HUBzone small business, small
disadvantaged business, and women-owned small business concerns. The
following evaluation criteria in descending order of importance shall
be used in the evaluation of prospective firms: (1) Professional
qualifications, specialized experience and technical competence of the
firm/team in the following areas: investigation and remediation of
chlorinated solvent spills containing DNAPL, soil and groundwater
remediation under and around buildings, investigation and remediation
in highly variable and fractured media with high clay content, indoor
air monitoring and remediation above chlorinated solvent plumes,
bioremediation of trichloroethane and daughter products, permeable
reactive barriers using zero valent iron, stream and precipitation
gauging and preparation of hydrographs, risk assessment, applicable
state and federal environmental regulations, attaining site closure,
and writing work plans and reports; (2) Past performance of the
firm/team in terms of quality control and quality assurance, cost
control, and timely delivery of project requirements; (3) Technical and
managerial approach to delivery of the project including general
project delivery plan, general project delivery philosophy, approach to
quality control and quality assurance, philosophy for coordination and
communication with CFLHD, organization chart, subcontractor/consultant
management and assurance of quality, philosophy for technical review
and support to the lead agency in the review of proposed and actual
remediation efforts; (4) The extent to which small disadvantaged
business concerns are specifically identified and the extent of the
firm's commitment to use these concerns; and (5) Location of the lead
delivery office in the general geographic location of the project site
and knowledge of the locality of the project. This is not a request
for proposal. No solicitation package is available. An A/E Evaluation
Board will use the above-listed criteria to select several firms for
further consideration. No other general notification to firms will be
made and no further action is required. Firms desiring to be considered
must submit 6 copies of completed Standard Form (SF) 254 and SF 255. SF
254's are limited to 7 total pages, including instructions, and SF
255's are limited to 25 total pages, including instructions. All pages
must be 8 " x 11". Only responses received in this office by 4:00 pm
(MST), January 24, 2000 will be considered. Posted 12/17/99
(W-SN409685). (0351) Loren Data Corp. http://www.ld.com (SYN# 0015 19991221\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|