Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 1,1995 PSA#1481

U. S. Army Corps of Engineers, Philadelphia, Wanamaker Building, 100 Penn Square East, Philadelphia, Pennsylvania 19107-3390

C -- INDEFINITE DELIVERY CONTRACT FOR ENVIRONMENTAL AND HAZARDOUS/TOXIC SERVICES Contact, Robert M. Bencal, 215-656-6606. 1. CONTRACT INFORMATION: This announcement amends the CBD of 27 October 1995, proposals will be due 8 December 1995. The Philadelphia District, U.S. Army Corps of Engineers intends to award up to two (2) Indefinite Delivery Contract(s) for Environmental and Hazardous/Toxic Services with an option for an additional one year period. The maximum delivery order limit is $150,000.00. The cumulative total for all delivery orders in either the base year or option year shall not exceed $750,000.00. The cumulative total of all delivery orders for both the base and option year shall not exceed $1,500,000.00. In addition, the total Federal Information Processing (FIP) work allowed under each contract including both the base and option years is $250,000.00, pursuant to Delegation of Procurement Authority (DPA) CENAP-96-0006. 2. PROJECT INFORMATION: The firm(s) will be used to supplement the District's civil works boundaries may be required. The firm(s) will be used primarily for Environmental and Hazardous/Toxic type services to include but not be limited to: environmental assessments, environmental impact statements; environmental inventories; baseline studies and investigations; sampling and testing to include asbestos and hazardous/toxic material, remediation and abatement design; permit applications, and other related design services as required but not be limited to complete abatement work. Other related work may include but not be limited to architectural, civil engineering, structural, mechanical, electrical, landscaping, historical and archaeological investigations and reports; and geotechnical engineering and ordnance removal work. All work shall comply with the jurisdictional regulations and laws to include the requirements for registrations, licenses and certifications. This contract will required use of Automated Review Management Systems (ARMS), Micro-computer-aided Cost Estimating System (MCACES), Computer-aided Drafting and Design (CADD), and SPECSINTACT by the selected A/E. The A/E should have the capability of executing a minimum of three (3) delivery orders simultaneously. The firm will have primary services capability in-house. 3. SELECTION CRITERIA: Significant selection evaluation criteria in relative descending order of importance will include: (1) Specialized experience of the firm in the primary types of work; (2) Experience in other related types of work required; (3) Professional qualifications of the available staff necessary for performance of the services: (4) Capacity of the firm to accomplish the work in the required time: (5) Past performance, especially, on Department of Defense contracts; (6) 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; (7) Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort; (8) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. 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 months prior to this announcement. Experience on military projects will be considered, but lack of such experience will not necessarily preclude a firm from consideration. As a requirement for negotiations, the selected contractor will submit for government approval a quality control plan which will be enforced through the life of the contract. The district reserves the right to terminate negotiations with firms that do not respond to Government requests for proposals, information, documentation, etc. 4. SUBMISSION REQUIREMENTS: Responding firms must clearly present billing amounts for all USACE work as well as all other DOD work for the past 12 months prior to the date of this announcement. Firms which desire consideration and meet the requirements described in the announcement are invited to submit a completed SF 254 and SF 255 revised 11/92 for the prime firm and SF 254 for each consultant, 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 of Federal holiday, the deadline is the close of business the next business day. Include ACASS number in Block 3b. of the SF 255. Call the ACASS Center at 503-326-3459 for information on obtaining an ACASS number. All responders are advised that this requirement may be canceled or revised at any time during the solicitation, selection, selection evaluation, negotiation and/or final award process based on the decisions related to DOD changes in force structure and disposition of U.S. Armed Forces. This is not a request for proposals. No other notification to firms for this project will be made. (333)

Loren Data Corp. http://www.ld.com (SYN# 0016 19951130\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page