Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 13, 2013 FBO #4158
SOLICITATION NOTICE

C -- Archictect/Engineering Indefinite Quantity Contract for Environmental Consulting Services for the Northeast Area

Notice Date
4/11/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
491110 — Postal Service
 
Contracting Office
United States Postal Service, Facilities Purchasing, Northern Facilities Construction CMT, 6 Griffin Road North, Windsor, Connecticut, 06006-7003, United States
 
ZIP Code
06006-7003
 
Solicitation Number
089495-13-A-0039
 
Archive Date
6/13/2013
 
Point of Contact
Jeanne C. Warren, Phone: (860) 285-7184
 
E-Mail Address
jeanne.c.warren@usps.gov
(jeanne.c.warren@usps.gov)
 
Small Business Set-Aside
N/A
 
Description
The US Postal Service is seeking services for the performance of environmental services for investigative surveys and reports; develop construction cost estimates, perform design services, and observation and support services for the Northeast Area, specifically in the following states: CT, MA, ME, NH, RI, VT, NY & NJ. The contract will be subject to negotiation of individual work orders. In each instance total fees for services will not exceed $500,000 for each task. The yearly maximum shall not exceed the total contract maximum. The contract will be for one base year with four one-year renewal options, which can bring the duration of the contract to five years. The amount of work for the duration of the contract (5 years) shall not exceed $9,500,000. There is no guaranteed minimum. Contracts may be awarded for one state, multiple states, or all the aforementioned states. The USPS reserves the right to select more than one firm. Firms, which possess the qualifications to perform the services described, are invited to submit a completed Standard Form 330 Architect-Engineer Qualifications no later than: Wednesday, May 29, 2013, 3:00 p.m. EST to: Jeanne C. Warren Secretary, A/E Evaluation Board Northeast Facilities Service Office 6 Griffin Road North Windsor, CT 06006-0300 Selection criteria will be conducted with combined use of Standard Form 330, Architect-Engineer Qualifications, Part I: Qualifications for a specific contract and Part II: General qualifications of a firm or a specific branch office of a firm. A separate Part II for each branch office that has a key role on the team, and a separate Part II for each consultant must be provided. Contrary to the general instructions, this office does not maintain a file of Part II due space limitations. In Part I, you must limit the number of projects listed to ten (10) projects only. Only one copy of your qualifications is necessary, which should be bound via GBC, Spiral or stapled. Please do not send them in hard cover notebooks. STANDARD FORM 330 REPLACES SF254 & SF255. (www.gsa.gov and search: SF330) Interested firms with more than one office must indicate on their SF330 the staffing composition of the office in which the work will be performed. Consideration will only be given to firms responding to this advertisement that have main or branch offices located in the states of CT, MA, ME, NH, RI, VT, NY & NJ (the service area). Engineering firms will be considered as local if their sole office is in the service area or they have a local branch office in the service area and all of the civil/ environmental engineering, professional services, coordination, and management of the project will be performed in that office. The geographic location of the consultants is restricted to the states of the service area. The minimum acceptable registered professional compliment of the prime firm is 2 Professional Engineers (Civil or Environmental), along with 2 Registered Professional Geologists. Following an initial evaluation of submitted documents, several firms in the geographic area will be selected for interviews. Firms must have a minimum of three years experience in the field of environmental consulting and must possess the capability of working at least three to four jobs at the same time. All offerors must have a sufficiently staffed office within the above-specified area. Any offeror outside of the specified area(s) will be disqualified from further consideration. Contractors must possess all proper certifications as required by federal, state and local laws. In addition to these main requirements, consideration will be given to firms responding to this advertisement in accordance with instruction in the following order of preference (with 1 being the most important): 1. Underground and Aboveground Storage Tank services including but not limited to: closure plans, design packages, tightness testing, cathodic protection, stage II vapor recovery and monitoring system checks; 2. Surveys, monitoring, mitigation plans and remediation oversight for materials including asbestos-containing materials, lead-based paint (with XRF capability), radon, mold, lead in drinking water and indoor air quality reporting; 3. Health and safety matters including: OSHA compliance as it relates to environmental issues, specifically human health protection and communication regarding asbestos-containing materials, lead-based paint and underground storage tank projects; preparation of Health and Safety Plans; health and safety-related training; and risk assessment and communication; 4. Site remediation services provided by state-certified staff (e.g. - LSP for Mass., LEP for CT., LSRP for NJ); 5. Site evaluations for property transactions including Phase I Environmental Site Assessments, Phase II Site Investigations, Site Disposal Due Diligence, Environmental Assessments and Programmatic Environmental Assessments as per NEPA; 6. Emergency response actions and remedial services and hazardous materials management; 7. Permitting matters as required by various regulatory programs including but not limited to air quality (stationary and mobile source), water quality, storm-water management and wetlands; and 8. Plan preparation in compliance with various federal and state requirements including but not limited to: Storm Water Pollution Prevention Plans, Spill Prevention Control and Countermeasures Plans, Tank Management Plans and Asbestos and Lead Operations and Management Plans. The contract will contain a requirement for firms to provide evidence of current insurance. MBE/WBE participation is encouraged. Submissions will not be returned or retained. Consideration will be given to interested firms who respond to this advertisement in accordance with the foregoing instructions in the following order of preference: 1) local, residing in the aforementioned states; 2) All others. Firms will be considered as local only if their office is in the area listed previously, or they have a local independently operated branch office, and all of the design, coordination, and management of the project will be accomplished in that office. It is prohibited to pay any fee, commission, percentage or brokerage fee to any person or firm contingent upon, or resulting from award of a contract. Interested parties are encouraged to submit their packages by one of the methods offered by the U.S. Postal Service. (FIRST CLASS MAIL / PRIORITY MAIL / EXPRESS MAIL)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/93b8977c46dafddb47fa33daa4987557)
 
Place of Performance
Address: States: CT, MA, ME, NH, RI, VT, NY, NJ, United States
 
Record
SN03034898-W 20130413/130411235708-93b8977c46dafddb47fa33daa4987557 (fbodaily.com)
 
Source
FedBizOpps 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.