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 Contract for A/E Services for Hazardous, Radioactive and Toxic Waste Investigation and Remediation Design of Potential Sites

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-0034
 
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 CONTRACT FOR A/E SERVICES FOR HAZARDOUS, RADIOACTIVE AND TOXIC WASTE INVESTIGATION AND REMEDIATION DESIGN OF POTENTIAL SITES 1. CONTRACT INFORMATION: Up to two (2) Indefinite Delivery Contracts (IDC) for Architect-Engineer (A-E) services will be awarded under this announcement. Buffalo District will anticipate the award of one contract, but does reserve the right to award a sec ond contract within a one-year period from the award of the first contract. The major intended work under this IDC will be for general Hazardous, Toxic, and Radioactive Waste (HTRW) and environmental studies, management plans, and the design of required re mediation, with a focus on radioactive sites. Other work will include design, drafting, planning studies, environmental studies, management plans and site investigations associated with projects of a general engineering, environmental nature and will incl ude projects with natural and cultural resource considerations. All work must be done by, or under the direct supervision of registered professional engineers. Individual Task Orders will be issued under both firm-fixed-price and cost reimbursable basis. T he expected date of award is no later than February 28, 2004. The contract will be awarded with one initial period and two additional option periods of approximately 1 year each. The anticipated contract value will be $3,000,000 per period. Individual Tas k Orders and annual expenditures are not limited, except by the total capacity of the contract. If a large business firm is selected from this announcement, it must comply with the FAR 52.219-9 clause regarding the requirements for a subcontracting plan. T he Buffalo District??????s goal on work to be subcontracted is that a minimum of 50.0% of the contractor??????s total intended subcontract amount be placed with small businesses, including 10% to small disadvantaged businesses; and 5% with women-owned small businesses. The plan is not required with this submittal. The wages and benefits of service employees performing under this contract must be at least equal to those determined by the Department of Lab or under the Service Contract Act. 2. PROJECT INFORMATION: Architect-Engineer (A-E) services are required for Hazardous, Toxic, and Radioactive Waste (HTRW) and environmental studies, management plans, and the design of required remediation, with a focus on radioactive sites. Work may include survey/confirmation studies, preparation of CERCLA site investigations, remedial investigations/feasibility studies and decision documents (i.e., EE/CA, Action Memorandum, ROD, Closure Reports, etc.), design studies t hat could lead to the clean-up of the site, subsurface exploration, chemical sampling, testing and analysis, hazard evaluations, risk assessments, archaeological investigations and mitigation, wetlands delineation and mitigation studies, groundwater modeli ng, fluvial geomorphology; bioengineering streambank/shoreline protection techniques, fate and transport analysis, design, preparation of plans and specifications, cost estimating, field inspections, verification of existing conditions, surveying and mappi ng, community relations, and working on a variety of hazardous waste and environmental type projects including radiological and mixed wastes. Work for the survey and remediation design may include the following tasks: detailed record and title searches; ob taining rights-of-entry; preparing field and lab work plans; surveys for hazardous, toxic and radioactive substances and ordnance/explosive samples; radiological surveys; radiological dose assessment; field sampling plans; engineering and design document q uality control plans and independent technical reviews; installation and survey of wells and investigation borings; sampling and analysis of groundwater, surface water, soil and waste samples; well closure; geologic mapping; electronic data management usin g Geographic Information Systems (015); geophysics; t est pitting; sampling and analysis of hazardous, toxic, low and high activity radioactive, and/or explosive wastes; sampling and analyzing air monitoring data; professional and engineering results of study with recommendations for further field investigati on; engineering studies and reports including all test data, methods and quality assurance/control plans; and, site remediation designs and bench scale testing to determine the effectiveness of proposed remedial designs. Other work will include assistance with environmental regulatory compliance and OSHA compliance issues.?????? For sites that require restoration, the A/E may be asked to provide a set of design alternatives and bench scale test results to determine the most suitable remediation process, bud get estimates, environmental assessment documents, funding documents (the front page of DD Form 1391) and a statement of work for detailed clean-up actions. The potential HTRW sites may be located in the Great Lakes and Ohio River Division boundaries, and at other Buffalo District project locations. Firms must have an in-depth knowledge of all environmental statutes including, but not limited to: the Comprehensive Environmental Response, Compensation and Liability Act (CERCLA); the Resource Conservation and Recovery Act (RCRA); the Toxic Substance Control Act (TSCA); the National Environmental Policy Act (NEPA); Superfund Amendments and Reauthorization Act of 1986 (SARA); and DoD safety regulations governing low-level radioactive and ordnance explosive waste handling/disposal. A laboratory that shall meet Corps of Engineers certification requirements shall perform chemical and physical sampling and analysis. Professional Engineer registration of the responsible professional-in-Charge of the project in the sta te of the work site is a requirement. Certification of OSHA required training for fieldwork at HTRW sites, as well as an appropriate level of radiation protection training for the activities an individual is expected to perform, is also required. 3. SELECT ION CRITERIA: See Note 24 for general selection process. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub criterion) . Criteria (a) - (e) are primary and Criteria (f) - (g) are seconda ry and will only be used as ??????tie-breakers?????? among technically equal firms. (a) Specialized Experience and Technical Competence: The A/E team assembled for this project should possess the following specialized experience and technical competence i n: 1. Radiological technology, properties of radiological materials, and radiation protection (human and environment); 2. Hazardous, Toxic and Radioactive Waste (HTRW) investigations and remedial designs; 3. Chemical technology, treatment/disposal of chemi cal hazardous and toxic wastes, chemical health and safety; 4. Comprehensive Environmental Response, Compensation and Liability Act (CERCLA) and its application to environmental cleanups; 5. Preparation, interpretation and application of fate and transport assessments for HTRW sites; 6. Chemical/radiological waste disposal; 7. USACE laboratory certification (labs proposed must be certified as a basis for selection); 8. Knowledge of Federal and State Environmental Laws/Regulations, and experience with deali ng with regulatory Agencies and the public; 9. Experience between prime firm and significant subcontractors; 10. Knowledge of Corps of Engineers Environmental Engineering Program, engineering design requirements and criteria, including knowledge of Enginee ring Regulations, Circulars and Design Manuals and the Project Management Business Process (PMBP); 11. Knowledge of Corps of Engineers computer-based design programs; 12. Knowledge of Engineering and Construction Quality Management concepts, principals, an d practices. (b) Professional Qualifications: Qualified registered professional personnel with the following key disciplines: project management, structural eng ineer, mechanical engineer, electrical engineer, civil engineer, chemical engineer, sanitary engineer and/or environmental engineer, geotechnical engineer, hydraulic and hydrologic engineers, geologist, chemist, certified industrial hygienist, health physi cist, risk assessor, estimator, cost engineer, drill rig equipment operator, laborer, and regulatory specialist familiar with CERCLA, RCRA, and NRC regulations. The evaluation will consider education, training, registration, overall and relevant experience , and longevity with the firm. (c) Past Performance on DoD and Other Contracts with respect to cost control, quality of work, and compliance with performance schedules. (d) Capacity to accomplish ten (10) Delivery Orders simultaneously and to supply up to four (4) health physicists simultaneously. (e) Specific knowledge of the laws and regulations of New York, Pennsylvania and Ohio pertaining to radioactive wastes. (f) Extent of participation with small businesses, historically black colleges and universit ies, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. (g) Volume of DoD contract awards in the last 24 months as described in Note 24. 4. SUBMISSION REQUIREMENTS: See Note 24 for general subm ission requirements. Interested firms having the capabilities for this work and desiring consideration for selection are invited to submit two copies of a completed SF 254, unless a current copy is on file at the address listed below, and two copies of SF 255, by July 10, 2003, including prime firm and all consultants. Responding firms are requested to state whether they are large business, small business, small disadvantaged business and/or women-owned business in block 4 of the SF 254. No other general no tification of firms under consideration for this contract will be made, and no further action is required. This is not a request for proposals. Point of Contact: Respond to U.S. Army Engineer District, Buffalo, ATTN: Contracting Division (L. McMullen), 1776 Niagara Street, Buffalo, NY 14207-3199; telephone 716-879-4249; email: lorraine.l.mcmullen@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
SN00339715-W 20030606/030604213609 (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.