Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 01, 2004 FBO #0765
SOLICITATION NOTICE

C -- THREE (3) INDEFINITE DELIVERY-TYPE (ENVIRONMENTAL) CONTRACTS, DIRECTORATE OF PUBLIC WORKS AND LOGISTICS, FORT BELVOIR, VIRGINIA, BUT MAY BE USED THROUGHOUT THE NORTH ATLANTIC DIVISION

Notice Date
12/30/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-04-R-0008
 
Response Due
2/2/2004
 
Archive Date
4/2/2004
 
Point of Contact
MARY A. RICHE, (410) 962-4880
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Baltimore
(MARY.A.RICHE@NAB02.USACE.ARMY.MIL)
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: Architect-Engineer services to be performed under this contract will provide environmental and natural resources planning and management support for the U.S. Army Garrison Fort Belvoir, Virginia. Work will provide support for compliance with environmental laws, regulations and requirements to which Fort Belvoir is subject. This procurement is unrestricted and is therefore open to all businesses regardless of size. Three (3) firm fixed price Indefinite Delivery-Type contra cts will be negotiated. For small business purposes the size standard is $4,000,000.00 average annual receipts over the last 3 fiscal years. The North American Industry Classification Code (NAICS) is 541330. Contracts will be firm fixed price. Cumulati ve total shall not exceed $3,000,000.00 per contract. On occasion, a delivery order may require that the Contractor provide full-time on-site personnel for duration of the delivery order. The contracting officer will consider the following factors in deci ding which contractor will be selected to negotiate an order: Customer satisfaction of A-E performance, responsiveness to previous task orders, A-E current workload, at that time, capacity on the contract, uniquely specialized experience, and equitable di stribution of work among contractors. While this process is necessarily a subjective process, the intent of this contract is to satisfy customer needs in an expeditious and cost-effective mode. The contracts are anticipated to be awarded around August 20 04. SUBCONTRACTING PLAN REQUIREMENTS: If the selected firm is a large business concern, a subcontracting plan with the final fee proposal will be required, consistent with Section 806(b) of PL 100-180, PL 95-507, and PL 99-661. A minimum of 45% of the t otal planned subcontracting dollars shall be placed with small business concerns. At least 20% of the total planned subcontracting dollars shall be placed with small disadvantaged businesses (SDB), including Historically Black Colleges and Universities or Minority Institutions, 10% with Women Owned Small Businesses (WOSB), 3% shall be placed with Hubzone Small Businesses (HubSB), 3% with Veteran-owned small business and 3% with Service Disabled Veteran-owned small businesses. This plan is not required wit h this submittal. 2. PROJECT INFORMATION: Environmental work to be performed under this contract will include, but will not be limited to, preparation and/or development of any or all of the following: Clean Air Act compliance support, including Title V and News Source Review permitting; site and facility environmental audits; Tier II reporting requirements under the Emergency Planning Community Right-To-Know Act; design and preparation of plans and specifications for environmental projects, including h azardous and toxic waste (HTW) sites and facility closures; solid waste plans and landfill groundwater and methane corrective action studies; asbestos and lead-based paint testing, management planning and abatement design; detailed record and title searche s; various types of field investigations, including soil borings, soil and gas analyses, topographic surveys, mapping and monitoring well installation; water quality assessments of groundwater, wastewater and potable water; combined sewer investigations; u nderground storage tanks (UST) investigations and testing as well as post-closure site assessment and corrective action planning; environmental assessments and impact statements; land-use planning; mass transit (traffic) planning; culture resource manageme nt to include historical property assessment and management and archaeological surveys; environmental risk assessments; chemical sampling and analysis, including development of sampling plans; oversight of quality assurance/control of environmental constru ction projects such as remediation and closures; energy management and conservation; technical reviews of reports prepared by others; construction cost estimati ng for environmental projects; preparation of permit applications; and the provision of miscellaneous services to support the above. The above described work may require some or all of the following disciplines: civil, environmental, geo-technical, chemi cal, and mechanical engineering; chemist; biologist; ecologist; certified industrial hygienist; toxicologist; historical architect; hydrologist; geologist; planner; cost estimator; drafter; computer scientist/programmer/modeling expert; landscape architect ; architect. Specific task may include, but are not limited to HTW (hazardous/toxic waste) sampling and analysis; clean air act permitting; land use planning; real estate evaluation; and topographic surveying and GIS mapping. 3. SELECTION CRITERIA: (1) Firms must show recent in-depth knowledge and experience with Federal, State and Commonwealth of Virginia Environmental statutes, including Clean Air Act (CAA), Resource Conservation and Recovery Act (RCRA), Emergency Planning community Right-to-Know Act (EPCRA), National Environmental Policy Act (NEPA), National Historic Preservation Act (NHPA), Safe drinking Water Act (SDWA), Toxic Substance Control ACT (TSCA), Federal Insecticide, Fungicide and Rodenticide ACT (FIFRA), Clean Water ACT (CWA), and in obta ining regulatory permits. (2) Firms must show a proven track record for performing solid and hazardous waste studies, Title V and New Source Review permitting, environmental assessments and impact statements. (3) Firms must demonstrate knowledge of Commo nwealth of Virginia regulations on solid waste, hazardous waste, hazardous materials, USTs (underground storage tanks), ASTs (aboveground storage tanks), air quality, potable water, stormwater and sanitary sewer. (4) Firms must show that chemical and phys ical laboratory analyses will be performed by Environmental Protection Agency (EPA) and US Army Corps of Engineers validated laboratories. In addition to the above, the selection criteria for consideration will also include: (5) Experience in preparing p lans, specifications and other environmental documents. (6) Location of an office and subcontractors in close proximity to Fort Belvoir with the identified expertise at these locations. (7) Computer capability, including Intergraph, CAD and GIS capabilit y. (8) Capacity to accomplish work orders within required time frames. (9) Past performances on Department of Defense contracts (s) in terms of cost control, design awards and meeting established schedules. 4. SUBMISSION REQUIREMENTS: See Note 24 for g eneral submission requirements. Interested firms having the capabilities to perform this work must submit one copy of SF 255. A SF 255 must be submitted for prime and joint ventures and a SF 254 must be submitted for prime, joint ventures, and consultant s to the above address, not later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business the next business day. Include the firms ACAS S number on the SF 255, Block 3b. On the SF 255, Block 6, provide the ACASS number for each consultant (if available). If your firm does not have an ACASS number, it can be obtained from the Portland District Corps of Engineers ACASS database by calling (503) 808-4591. On the SF 255, Block 9, provide contract award dates for all projects listed in that section. The SF 255 and SF 254 shall clearly indicate the staffing of the office indicated to perform the work. One Pre-selection Board and one Selecti on Board will be conducted from this solicitation. Telephone interviews will be conducted with the short listed firms. Submit all responses to: The U. S. Army Corps of Engineers, City Crescent Building, ATTN: Ms. Mary A. Riche, Room 7000, 10 South Howard Street, Baltimore, MD 21201. Contracting questions can be directed to mary.a.riche@nab02.usace.army.mil or (410) 962-4880. All technical questions should be directed to Ms. Ann Engelberger, Directorate of Public Works and Logistics, Fort Belvoir, VA (703) 806-0020. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (C CR) to be considered for an award of a Federal contract. For information regarding registration, contact: (1) CCR Web site at www.ccr.gov/index.cfm, (2) Dial up modem at (614) 692-6788 (User ID: ccrpub; Password: pub2ccri); (3) through any DoD Certified Value Added Network. Additionally, a paper form for registration may be obtained from the DoD Electronic Commerce Information Center at 1-800-334-3414. Solicitation packages are not provided for this project. Personal visits to the Baltimore District, fo r the purpose of discussing this announcement will not be scheduled. This is not a request for proposal.
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21203
Country: US
 
Record
SN00497006-W 20040101/031230211957 (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  © 1994-2020, Loren Data Corp.