Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2003 FBO #0554
SOLICITATION NOTICE

C -- Indefinite Delivery Architect-Engineer Services, Onondaga Lake Cleanup, Central New York State

Notice Date
6/4/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, Buffalo - Civil, 1776 Niagara St., Buffalo, NY 14207-3199
 
ZIP Code
14207-3199
 
Solicitation Number
DACW49-03-R-0035
 
Response Due
7/10/2003
 
Archive Date
9/8/2003
 
Point of Contact
richard.w.reffner, (716) 879-4250
 
E-Mail Address
Email your questions to US Army Engineer District, Buffalo - Civil
(richard.w.reffner@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA SUBJECT: INDEFINITE DELIVERY ARCHITECT-ENGINEER SERVICES, ONONDAGA LAKE CLEAN UP, CENTRAL NEW YORK STATE 1. CONTRACT INFORMATION: The purpose of this contract will be to support USACE efforts as lead Agency for the Onondaga Lake Partnership. The Architect-Engineer (A-E) services are to fulfill the goals of the OLP which include activities to plan, design, an d construct projects for the sustainable environmental restoration, conservation, and management of Onondaga Lake and its watershed in order to achieve a complete environmental restoration of Onondaga Lake, New York. A-E services may be required to perform the full range of environmental engineering services, including performing Site Investigations (SI), Remedial Investigations (RI), Feasibility Studies (FS), Remedial Designs (RD), and Remedial Actions (RA). A-E services may also be required to perform civ il, sanitary, geotechnical, hydraulic, hydrologic, mechanical, electrical, and structural engineering; civil works planning; architectural services; technical writing and editing; specification writing and editing; quantity and cost estimating; drawing pro duction; topographic surveying and hydrographic surveying; and construction quality assurance services for projects located mainly in Central New York State. This contract may also be expanded to include projects located in other areas throughout the Buffa lo District and the Lower Great Lakes and Ohio River Division Boundaries. The A-E selected would be required to have sufficient flexibility and capability to be available on an as-needed basis for a period not to exceed one year. There will be two option p eriods not to exceed one year each. The amount of work in each period will not exceed $1,000,000. An option period may be exercised when the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. It is antici pated that the contract will be awarded in February 2004. This announcement is open to all businesses regardless of size. If a large business is selected, it must comply with FAR 52.219-9 regarding the requirements for a subcontracting plan on that part of the work to be subcontracted. The wages and benefits of service employees performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act. 2. PROJECT INFORMATION: A-E services are requi red mainly to perform environmental studies, remedial designs and remedial actions on the polluted sediments and waters of Onondaga Lake and its tributaries, man-made and natural. Environmental studies may include survey/confirmation studies; preparation of CERCLA site investigations; remedial investigations; feasibility studies; decision documents (i.e., EE/CA, Action Memorandum, ROD, Closure Reports, etc.); subsurface exploration; chemical sampling; sediment sampling; testing and analysis; hazard evaluat ions; risk assessments; archaeological investigations and mitigation; wetlands delineation and mitigation studies; groundwater modeling; fluvial geomorphology; bioengineering streambank/shoreline protection techniques; fate and transport analysis. Remedial design and remedial actions may include design and construction activities associated with dredging of lake and streams; removal and disposal of polluted sediments and hazardous wastes; hazardous waste treatment systems; water and wastewater treatment sys tems; sub-aqueous and above grade structures; sanitary and storm sewer collection; modifications to combined sewer systems; pumping stations; transmission mains; water distribution systems; relocation of various underground utilities and related structures ; roadwork; streambank and shoreline protection; and landscape architecture. Other associated tasks may include preparation of detailed project reports; detailed record and title searches; obtaining rights of entry; preparing field and lab work plans; surv eys of hazardous, toxic and radioactive substance s and ordinance/explosive samples; field sampling plans; engineering and design document quality control plans and independent technical reviews; installation and survey of wells and investigation borings; sampling and analysis of groundwater; soil and was te samples; well closures; geologic mapping, electronic data management using Geographic Information Systems (GIS); sampling and analyzing air monitoring data; quality assurance/control plans; bench scale testing to determine the effectiveness of proposed remedial designs; water resources planning; construction inspection; community relations; and preliminary and final designs, including design memorandums, plans, specifications, schedules, cost estimates and bidding documents. Project drawings shall be fur nished in hard copy ??????D?????? and ??????E?????? size and electronic format and be 100% compatible with the District??????s Intergraph/MicroStation* Version 5.5 (MicroStation* SE) CADD system operating on MicroSoft* Windows NT* Workstation version 4.0 ( * indicates registered trade mark). Quantity and cost estimates shall be prepared using MCACES software and furnished in electronic format. Specifications shall be 100% compatible with the SPECSINTACT system and furnished in electronic format. 3. SELECT ION CRITERIA: The following selection criteria, listed below in descending order of importance (first by major criterion and then by sub-criterion), will be used to select a Contractor. Criteria a) through e) are primary. Criteria f) through h) are seconda ry and will only be used as ??????tie-breakers?????? among technically equal firms. Primary Criteria: a) Professional Qualifications: (1) Qualified registered professionals in the following key disciplines (as a minimum): Environmental Engineer, Sanitary Engineer, Civil Engineer, Structural Engineer, Hydrologic Engineer, Hydraulic Engineer, Geologist, Mechanical Engineer, Electrical Engineer, Chemical Engineer, Chemist, Certified Industrial Hygienist, Health Physicist, Risk Assessor, Cost Engineer, Regula tory Specialist familiar with CERCLA and RCRA regulations; (2) Minimum number of personnel in various disciplines available. b) Specialized Experience and Technical Competence: (1) Experience of firm and its consultants in Environmental Engineering and the Restoration of hazardous waste sites, polluted wetlands and ecological systems: (2) Knowledge of Federal and State Environmental Laws/Regulations, and experience with dealing with regulatory Agencies and the public; (3) Experience between prime firm and s ignificant subcontractors; (4) Knowledge of Corps of Engineers Environmental Engineering Program, engineering design requirements and criteria, including knowledge of Engineering Regulations, Circulars and Design Manuals; (5) Knowledge of Corps of Engineer s computer-based design programs; (6) Knowledge of Engineering and Construction Quality Management concepts, principals, and practices. c) Knowledge of Central New York State and Onondaga County geological features, climatic conditions, engineering design and construction methods, and State and Local laws, ordinances and regulations. d) Capacity to accomplish the work: (1) Ability to provide two or more teams simultaneously for surveying, data collection or similar services; (2) Ability to accomplish two $2 00,000 delivery orders simultaneously; e) Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. Secondary Criteria: f) Location of the firm in the general geographic area of C entral New York State. g) Extent of participation of small businesses, small disadvantaged businesses, women-owned businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage o f the total estimated effort. h) Volume of DOD contract awards in the last 24 months as described in Note 24. SUBMISSION REQUIREMENTS: Firms having the capabili ties, for this work and desiring consideration for selection are invited to submit two copies of a completed Standard Form (SF) 254, unless a current copy is on file at the address listed below, and two copies of SF 255, by July 10, 2003. Responding firms are requested to state whether they are a large business, small business, small disadvantaged business and/or women-owned business in block 4 of the SF 254. No other general notification of firms under consideration for this contract will be made, and no f urther action is required. This is not a request for proposals. Point of Contact: Mail SF 254/255s to Department of the Army, US Army Engineer District, Buffalo, ATTN: Contracting Division CM. Restall), 1776 Niagara Street, Buffalo, NY 14207-3199. General questions may be emailed to moira.a.restall@usace.army.mil.
 
Place of Performance
Address: US Army Engineer District, Buffalo - Civil 1776 Niagara St., Buffalo NY
Zip Code: 14207-3199
Country: US
 
Record
SN00339714-W 20030606/030604213608 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.