Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 5,1995 PSA#1446

US ARMY CORPS OF ENGINEERS, NEW YORK DISTRICT 26 Federal Plaza, New York, New York, 10278-0090, Attn: CENAN-EN-MR

C -- INDEFINITE DELIVERY CONTRACT FOR ENVIRONMENTAL SERVICES FOR FT. MONMOUTH, NEW JERSEY - IDC #36. SOL CBAEEN-5262-0034 POC Willien Cunningham -(212)264-9123. Scope of services required: The work will entail environmental engineering and other A/E services. A/E will conduct geophysical investigations to locate hazardous waste sites, underground storage tanks, asbestos and lead. Investigate water quality and air pollution and make recommendation for clean air and prepare environmental assessment reports. These service will be provided under and Indefinite Delivery Contract. The cumulative amount of all delivery orders for this contract shall not exceed $400,000 per year and each delivery order shall not exceed $75,000. Delivery orders may be issued for a period of one year from the date of contract award. This contract will include an option for one additional year under the same terms and conditions as the basic contract. The Government's obligation to guarantee a minimum amount for payment will apply to the both years. This minimum amount will be $8,000 for first year and $4000 for second year. Technical Capability required: The preference is for a well-staffed firm which is capable of performing all the work in house, a firm which has previous experience with environmental work on Army and Air Force installations. Firm which will not perform the work in-house must demonstrate how they will manage sub-contractors and insure quality control. The firm's submittal must identify the working office and the personnel per discipline available at the working office. The selected firm must be able to provide services to Ft. Monmouth and Installations supported by Ft. Monmouth within 75 miles of the post. The specific abilities required are: The firm must have lead disciplines in environmental and geotechnical engineering. In addition firm must have a certified asbestos specialist and insustrial hygienist, structural, mechanical, civil, electrical engineer and an architect. Special Qualification: The firm have experience in preparation of environmental assessments reports and familiarity with the procedures of New Jersey Department of Environmental Protection regulations, the firm's ability to remove asbestos, PCB and other hazardous material, water quality,lead and clean air. The firm must have CADD capability which is compatible with the Directorate of Public Work's (DPW) Intergraph System. Closing date for submitting SF 255: Thirty (30) calendar days after the initial publication date of this announcement. If this date falls on a Saturday, Sunday or a Holiday, the closing date will be on the next business day. Firms should submit their qualifications on 11-92 version of SF255 and Sf254. SF254 should reflect the overall firm's capacity, whereas SF255 should reflect only the personnel dedicated to the specific project referenced in the submittal. If subconsultants are to be utilized, a Sf254 must be submitted for each subconsultant. These guidelines should be closely followed, since they constitute procedural protocol in the manner in which the selection process is conducted. Evaluation factors in descending order of importance: (A) Professional qualifications necessary for satisfactory performance of required services. (B) Specialized experience and technical competence in the type of work required. (C) The capacity of the firm to accomplish the work in the required time. (D) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. (E) Location in the general geographical area of the project and knowledge of the locality of the project, provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. (F) Extent of participation of small businesses, small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. (G) The volume of work previously awarded to the firm by the Department of Defense (DOD), with the object of effecting an equitable distribution among qualified A-E firms, including small and small disadvantaged business firms and the firms that have not had prior DOD contracts. Start date: April,1996. Completion date: April, 1997 Small and small disadvantaged firms are encouraged to participate as prime contractors or as memebers of joint ventures with other small businesses. All interested large firms are reminded that the successful firm will be expected to place subcontracts to the maximum practicable extent with small and small disadvataged firms in accordance with Public Law 95-507. A small business subcontracting plan will be required prior to award. Firms which have not previously applied for New York District projects and firms which do not have a current SF254 on file with the New York District should submit two of the SF-254 with this initial response to CBD announcement. Theree copies of the submittals should be sent to Ms. Willien Cunningham, CENAN-EN-MR, Room 2143, 26 Federal Plaza, NY, NY 10278-0090, 10278, (212) 264-9123. (0276)

Loren Data Corp. http://www.ld.com (SYN# 0011 19951004\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page