Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 21,1999 PSA#2500

Federal 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