COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 9, 2001 PSA #2975
ANNOUNCEMENTS
-- ONE ARCHITECT-ENGINEER (A-E) INDEFINITE DELIVERY CONTRACT FOR ENVIRONMENTAL SERVICES FOR CIVIL WORKS PROJECTS LOCATED PRIMARILY IN OREGON AND SOUTHWEST WASHINGTON.
- Notice Date
- November 7, 2001
- Contracting Office
- Portland District, US Army Corps of Engineers, Contracting Division (CENWP-CT_, P.O. Box 2946, Portland, OR 97208-2946
- ZIP Code
- 97208-2946
- E-Mail Address
- Portland District, US Army Corps of Engineers (Patricia.C.Mason@nwp01.usace.army.mil)
- Description
- Contract primarily for various environmental services necessary for (1) identification, design and remediation of Hazardous Toxic and Radioactive Waste (HTRW) sites; (2) investigation, removal and closure of Underground Storage Tanks (UST); (3) other unspe cified environmental compliance activities associated with the planning, design, operation and maintenance of civil works and Support for Others Work for Others (SFO/WFO) projects within the Portland District however the contractor may be required to work outside this area. The contract will be for efforts involving abroad environmental field that primarily includes pre-remedial HTRW studies, risk management, operational compliance audits, wetlands design and to a less extent NEPA Compliance associated with the aforementioned efforts. A-E Indefinite Delivery Contract for $1,000,000 will be awarded, with a base period of 1 year and 2 option periods of 1 year each. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work that it intends to subcontract. Subcontracting goals for this contract are that a minimum of 61.4% of the proposed subcontracti ng amount be placed with small businesses (SB), 9.1 % be placed with small disadvantaged business (SDB); 5% be placed with small women-owned businesses; 2.5% be placed with HUB Zone small businesses and 3% vet-owned small businesses. The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employee's office location (not the location of work). To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR) Register via the CCR Internet site at http: www.ccr.dlsc.dla.mil or contacting the DoD Electronic Commerce Information Center 1-800-334-3414. PROJ ECT INFO Provide environmental services for any or all aspects of the Comprehensive Environmental Response Compensation and Liability Act or Resource Conservation Recovery Act processes, preliminary assessments, remedial investigations, feasibility studies , remedial design and remedial action as applicable to various hazardous waste sites primarily within Portland District; Phase I and II site assessments for real estate due diligence; groundwater monitoring and assessments; incidental final design and prep aration of construction plans, specifications and cost estimates; asbestos and lead based paint surveys and abatement; preparation of inventory project reports, hazardous waste inventories and recovery plans; risk-based assessments, air emission inventorie s, permit applications, and conformity analysis; multi-media environmental compliance audits/assessments; storm water pollution prevention planning; and baseline environmental/human health risk assessments. Personnel to be provided under this contract must be experienced in disciplines which enable performance on a variety of projects, with demonstrated capabilities over a broad range of projects related to identifying sites which might be contaminated due to past facility site practices, investigating site s with a potential for having HTRW contamination, remediating a known contaminated site, removing and disposing UST's and wastes both hazardous and non-hazardous and other environmental engineering services related to the operations of civil works projects . As a minimum, submit documentation demonstrating past experience with conduct of the different types of activities associated with engineering restoration projects related to sites with hazardous waste contamination, including UST removals. Typical servi ces: Site Assessments. Record searches, site inspections, environmental audits, HTRW intrusive cost estimates, preliminary assessments, remedial site investigat ions including waste characterization sampling; soil sampling; subsurface explorations and sampling; monitoring well installation, including development, sampling, testing and abandonment; laboratory testing, and interpretation of results. Analysis. Risk a ssessments of site conditions during investigations and feasibility studies to include development and analysis of potential alternatives and design of associated remedial actions. May include, site restoration activities including HTRW materials identific ation, on-site treatment, handling and disposal, UST decommissioning, HTRW disposal, treatment, and/or recycling. Remedial Actions. Preparation of the necessary contract documents providing overlapping responsibility and/or engineering management with the cleanup contractor for completion of the remedial action. Interface with regulatory agencies regarding the preparation of interim documents regarding site conditions. On-site supervision of cleanup contractor and confirmation sampling activities during com pletion of the remedial action. Closure report preparation and other post cleanup documentation. Support Services: Performance of innovative pilot and feasibility studies related to disposal of HTRW and preparation of technical reports. Performance of envi ronmental site assessments for real estate property transactions. Preliminary and intrusive cost engineering and estimating related to the feasibility studies and remedial actions. On-site coordination and supervision of field activities. Environmental com pliance assessments over a range of compliance issues including air, water, cultural and natural resources, petroleum, hazardous materials and waste, solid waste pesticides, toxic materials for U.S. Army Corps of Engineer's operating facilities, vessels an d other facilities operating on Corps of Engineer's owned land. Asbestos and lead surveys and abatement. Wetland design including rehabilitation of wetlands, use of wetlands for storm water treatment and management. Storm water erosion, sedimentation contr ol for civil works construction projects. SELECTION CRITERIA. a-e below are primary, f-h are secondary and will be used as tie breakers. a) Specialized experience, technical competence in providing both professional services, remedial actions regarding HTR W and UST work, wetlands layout, design and construction; and construction site storm water controls. Specialized experience will be evaluated using the following criteria, again, shown in descending order of importance. The capability of providing on-site coordination, supervision, and technical services. Personnel shall have at least two recommendations from past contracts. The ability to perform field investigations, analysis, characterizations to define HTRW and UST problems with regard to air, surface water, soil and/or groundwater contamination. Perform water and soil sampling for chemical evaluation according to EPA established procedures including QA/QC and chain of custody. Perform on-site soil and sampling for screening purposes including, but not limited to, Pill, OVA, Draeger, Imuno Assay, Gas Chromatographs, etc. Preparation and execution of complete process designs for HTRW cleanup, UST removal, site stabilization, recycle and/or disposal. Knowledge of current Federal, State and local laws, reg ulations, and standards regarding personnel safety, training, and hazardous materials handling, solid and hazardous waste disposal, report requirements, and site investigation procedures. Firms shall demonstrate key personnel have attended 120 hours of tra ining in environmental CPRs (personal protection and safety, sampling and air monitoring, etc.), firm has an on-line CPR information system, shall provide references from EPA/ODEQ/WDOE personnel familiar with proposed key personnel. Knowledge of wetlands, to include identify, design and rehabilitate areas for mitigation purposes. Knowledge of construction site practices associated with earthwork,roadway projects, control of on-site stormwater flows and runoff, NPDES permitting requirements and designs associated with erosion and sedimentation control. b) Professional Qualifications. Personnel to be assigned to this contract must be experienced in disciplines which would enable performance on a wide variety of projects, with demonstrated capabilities in environmental services over a broad range of projects which include assessment, identification and remediation of HTRW contamination, development of erosion and sedi mentation control plans for construction sites and evaluation and design of wetlands. The firm will be evaluated based on the qualifications of the proposed personnel and their ability to provide hydrologists, geo-hydrologists or hydro-geologists and geolo gists; environmental scientists to include risk management, wetlands and erosion and sedimentation control specialists and; environmental, civil and industrial hygienists and chemists. Personnel shall clearly address registrations, years experience on spec ific HTRW related projects, and applicable publications/presentations to which they have made significant contributions. The evaluation considers education, training, registration, longevity of relevant experience. The following disciplines will be evaluat ed minimum number to be evaluated shown. Geologists, Geo-hydrologists, and Hydro-Geologists 5 Environmental Engineers 5 Civil and Geotechnical Engineers 4 Environmental Scientists to include risk management, wetlands and erosion and chemists 4 Chemists 2 H ydrologists 1 Electrical Engineers 1 Mechanical Engineers 1 Process Engineers 1 Chemical Engineers 1 Industrial Hygienists 1. Personnel shall clearly address registrations, years experience on specific HTRW related projects, and applicable publications/pre sentations to which they have made significant contributions. The evaluation will consider education, training, registration and longevity of relevant experience. c) Past Performance on contracts with government agencies and private industry with respect t o cost control, quality of work and compliance with the requirements and performance schedules. d) Knowledge of the Locality. Contractor must demonstrate knowledge of having performed HTRW investigation, design and remediation type work within the Oregon a nd Southwest Washington areas, demonstrate a working relationship with the regulatory bodies having jurisdiction over associated HTRW work within this same area and demonstrate a knowledge of the capabilities of the various local disposal facilities for ac cepting the various types of wastes generated during investigations and cleanups. e) Current workload and capacity of the firm to accomplish the required services on schedule. f) In the event of a tie, the extent of participation of Small, Small Disadvanta ged, or Woman-Owned Small Business, Historically Black Colleges, Universities/Minority Institutions, Veteran-Owned Business, in the proposed contract team, measured as a percentage of total estimated effort will be considered. g) In the event of a tie, the general geographical location of the firm with regard to other firms and the Portland District will be considered. h) In the event of a tie, the volume of DoD work awarded to the firm within the last 12 months will be considered. SUBMISSION REQUIREMENTS. Interested A-E firms having the capability to perform this work must submit one copy of SF 254 (11/92 edition) and SF 255 (11/92 edition) for the prime firm and all consultants, to the above address within 30 calendar days of this announcement or to the fo llowing address: USACE Portland District, ATTN: CENWP-CT-C, 333 SW First Avenue, Portland Oregon 97204-3495. Include the firm's ACASS number in SF 255, Block 3b. This procurement is unrestricted. Direct technical questions to Michael Gross, (503)808-4913. Direct administrative questions to Nancy Carter (503)808-4611. This is not a request for proposal. Reference DACW57-02-R-0004. NAICS code 54133. Due 17 Dec 01
- Record
- Loren Data Corp. 20011109/SPMSC001.HTM (D-311 SN5125J5)
| SP - Special Notices Index
|
Issue Index |
Created on November 8, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|