Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 31, 2004 FBO #1070
SOURCES SOUGHT

C -- Indefinite Delivery Contract(s) for Environmental and Hazardous/Toxic Engineering Services

Notice Date
10/29/2004
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-05-R-0003
 
Response Due
11/30/2004
 
Archive Date
1/29/2005
 
Small Business Set-Aside
N/A
 
Description
DISREGARD REGISTRATION INSTRUCTIONS. NO SOLICITATION DOCUMENT WILL BE ISSUED, THEREFORE, IT IS NOT NECESSARY TO REGISTER. INTERESTED PARTIES PLEASE SEE PARAGRAPH 4, SUBMISSION REQUIREMENT BELOW. POC Robert M. Bencal, 215 656-6606 - 1. CONTRACT INF ORMATION: The Philadelphia District, U.S. Army Corps of Engineers intends to award up to two (2) Indefinite Delivery Contracts for Environmental and Hazardous/Toxic Engineering Services. Each contract will be for a base period with options for up to two (2) additional periods. A contract period shall not exceed 12 months. The maximum task order limit is $1,000,000.00. The cumulative amount of all task orders shall not exceed $1,000,000.00 in either the base or any of the option periods. The cumulative total for the base and the option periods shall not exceed $3,000,000.00. An option will be awarded at the discretion of the Contracting Officer based on reaching the value limit first and then reaching the time limit. 2. PROJECT INFORMATION: The selec ted firm(s) will be used primarily for Environmental and Hazardous/Toxic type services. The work under these contracts will primarily be in support of Military Installations, Civil Works, and the Work for Others Program, and missions assigned to the Phila delphia District. Most work will be within the Philadelphia Districts boundaries. The Districts boundaries include portions of the States of Pennsylvania, New Jersey, New York, Maryland, and Delaware. Work may be required outside of these boundaries. I ndividual task orders will be allocated among the contracts using the following criteria in descending order of importance: (1) the specialized experience of the selected firm, such as type of work (investigation, remediation, soils, groundwater); (2) con flict of interest; (3) capacity to accomplish the task order in the required time; (4) distribution of work among the contractors. Primary work under this contract will involve but not be limited to; preparation of environmental assessments, preliminary assessments and environmental impact statements; planning and implementation of environmental and hazardous/toxic investigations; preparation and implementation of plans for the sampling and analysis of hazardous/contaminated materials; planning and imple mentation related to environmental restoration; implementation and oversight of site specific health and safety plans; preparation of concept, preliminary and detailed designs for the removal/remediation/abatement/restoration of areas and or facilities wit h environmental hazards including soil and groundwater, lead paint, asbestos, PCBs, and other contaminated wastes; preparation of environmental inventories and baseline studies; preparation of human health and ecological risk assessments; investigation of permit requirements, preparation of permit applications; and other related efforts to prepare assessments, conduct investigations, and prepare reports and designs in support of Military Installations, Civil Works, the Work for Others Program, and missions assigned to the Philadelphia District. Designs shall include drawings, specifications, estimates, design analysis, schedules, and related efforts. Other secondary related work shall include but not be limited to the design for repair, alteration, and new construction in the areas of architectural, civil, structural, mechanical, electrical, architectural landscaping, geotechnical engineering, archaeology, interior design, planning, and recreation. All work shall comply with the jurisdictional regulations and laws to include the requirements for registrations, licenses, and/or certifications. Support during Construction efforts will be a part of this contract. This will involve the various field offices, scheduling, claim and related efforts. Professiona l qualifications in the primary areas shall include but not be limited to: environmental engineer, environmental scientist, certified industrial hygienist, biol ogist, geologist, chemist, hydrology, hydraulic engineering, civil, and geotechnical engineering. Specification writers and cost estimators to support the above efforts shall be provided. Secondary professional qualification for other related and secon dary design efforts shall include but not be limited to: architect, civil, structural, mechanical, electrical, fire protection engineers, landscape architect, interior designer, surveyor, specification writer and cost estimator for these efforts. Technica l support, including drawing production, and other related efforts shall be required. Responding firms shall indicate their experience with the Automated Review Management Systems (ARMS), the Corps of Engineers M-CACES Gold cost estimating system, the U. S. Army Corps of Engineers Computerized Specifications (SPECSINTACT), and the production of drawings and graphic data in Computer aided Drafting and Design system (CADD). The contractor must be able to supply completed products in IBM PC compatible softwa re. The contractor shall adhere to the Tri-Service Spatial Data Standards. The firms must be qualified in the work areas described and be familiar with the requirements and regulations of the Corps of Engineers, EPA, and other agencies which have jurisdi ction. 3. SELECTION CRITERIA: Significant evaluation criteria in relative descending order of importance are: (1) Specialized experience of the firm in the primary types of work required and where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (2) Specialized experience of the firm in the other, secondary types of work required and where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (3) Professional qualifications necessary for satisfactory performance of required services; (4) Capacity of the firm to accomplish multiple task orders within time and cost limitations; (5) Past performance on relevant Depart ment of Defense contracts will be a factor, however, lack of such performance will not necessarily preclude a firm from consideration; (6) Extent of participation of SB, SDB, historically black colleges and universities and minority institutions in the pro posed contract team, measured as a percentage of the estimated effort; (7) Location of the firm with respect to work sites will be a secondary consideration provided that a sufficient number of qualified firms respond to this announcement. 4. SUBMISSION R EQUIREMENTS: Firms which desire consideration and meet the requirements described in the announcement are invited to submit a completed SF 330 (revised 6/04) for the prime firm and for each consultant, to the U.S. Army Corps of Engineers, Philadelphia Dist rict, Wanamaker Building, Room 702, 100 Penn Square East, ATTN: William F. Rothert, Philadelphia, PA 19107-3390 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 ho liday, the deadline is the close of business the next business day. All contractors are advised that registration in the DOD Central Contractor Registration (CCR) Database is required prior to award of a contract. Failure to be registered in the DOD CCR Database may render your firm ineligible for award. All firms are encouraged to register as soon as possible. Information regarding this registration may be obtained by accessing Web Site http://www.ccr.gov or you may call (888) 227-2423, or email dlis_s upport@dlis.dla.mil (available 24 hours, 7 days a week). As a part of this submittal, it is required that all responding firms clearly present billing amounts for all Corps of Engineers work as well as all other Department of Defense work for the 12 month s preceding this announcement. As a requirement for negotiations, the selected contractor(s) will submit for government approval a quality control plan that wi ll be enforced through the life of the contracts. The contracting officer reserves the right to terminate negotiations, with firms that do not respond to Government requests for proposal information, documentation, etc. in accordance with established sche dules. The NAICS Code is 541330 with a size standard of $4 million dollars. Include ACASS number for the prime in block 11 of Section C on the SF 330. Call the ACASS Center at (503) 808-4591 for information on obtaining an ACASS number. This is not a re quest for proposal. No other notification to firms for this project will be made.
 
Place of Performance
Address: US Army Engineer District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
Country: US
 
Record
SN00700979-W 20041031/041029212000 (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.