Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 9,1998 PSA#2028

U.S. Environmental Protection Agency, RCPB Superfund Procurement (3805R), 401 M St. SW, Washington, DC 20460-0001

C -- RESPONSE ACTION CONTRACT (RAC), REGION IV SOL PR-HQ-98-10414 DUE 030598 POC Valen Wade, (202) 564-4477 WEB: Click here to reach the procurement index page, http://www.epa.gov/oamsrpod/wade/hq9810414/index.htm. E-MAIL: Click here to contact the contract specialist, wade.valen@epamail.epa.gov. C -- RESPONSE ACTION CONTRACT (RAC) Region IV DUE March 5, 1998. POC Contact Point, Valen Wade, (202) 564-4477. The Environmental Protection Agency (EPA) requires professional architect/engineer services to support remedial planning and oversight activities in Region IV under the Comprehensive Environmental Response Compensation and Liability Act of 1980 (CERCLA) as amended by the Superfund Amendments and Reauthorization Act of 1986 (SARA). These services include performance of site management; remedial investigation and feasibility studies; engineering services to design remedial actions; engineering evaluation and cost analysis for non-time critical removal actions; construction management for implementing remedial actions and non-time critical removal actions, including issuing and managing subcontracts for construction of the selected remedy and engineering services in overseeing construction; enforcement support, including oversight of remedial investigations/feasibility studies, remedial design and remedial action, and negotiation support; and other technical assistance, including community relations, sampling and analysis support and pre-design investigations. Services may include technical and management services supporting EPA's coordination and oversight of remedial activities where they are performed by a State, the U.S. Army Corps of Engineers (USACE) or responsible parties identified in enforcement actions. EPA plans to award one contract, which will contain both term form and completion segments. Work will be issued by work assignments (WAs). Any term form WA will be issued on a cost plus award fee (CPAF) basis. It is planned to issue work under the completion form on a CPAF, cost-plus-incentive-fee or fixed price (either incentive or firm fixed price) basis. The base period of performance will be four years with two three-year option periods for a total period of ten years. The contract will have a maximum of 1,200,000 LOE hours, $79,500,000 in the subcontracting pool and $123,500,000 forcompletion form work. The base amounts in the base period will be 50,000 LOE hours; in option period 1 20,000 LOE hours; and in option period II 10,000 LOE hours. The base period will also contain a $7,500,000 ceiling on the subcontracting pool and a $1,500,000 ceiling on completion form work. These ceilings are not base amounts. The RACs shall be awarded as a Brooks Act procurement. The prime contractor, and each team subcontractor, if any, shall submit Standard Forms (SF) 254 and 255 as set forth in the Technical Proposal Instructions, available on the EPA homepage "Doing Business with EPA" at the following address: http://www.epa.gov/oam. At this Web Home Page, select the "Superfund/RCRA Procurement Division (Washington, D.C.)" link. Under "Current Procurements," select Response Action Contract (RAC) Region IV, RFP #PR-HQ-98-10414." For a copy of the Statement of Work use the same internet address above, except, choose "Closed Procurements," select "Overview of the Response Action Contract Program," then select "Sample Statement of Work". Selection will be based on the following evaluation criteria with maximum available points for each criteria in parenthesis: 1. Professional Qualifications (10 points); 2. Capacity to Perform the Work (10 points); 3. Location (10 points); 4. Response Scenario (25 Points); 5. Program Management (15 points); 6. On-Site Projects (30 points); 7. Small, Small Disadvantaged and Women-Owned Small Business Subcontracting -- including Mentor-Protege' Programs (15 points); 8. Past Performance (22.5 points). Discussions will be held with those firms determined to be most highly qualified to perform the Region IV RAC. Following discussions, EPA plans to select one firm for cost and fee negotiations and possible contract award. Request for Proposals will only be sent to the selected firm which will be asked to submit a cost proposal, a subcontracting plan, a conflict of interest plan, a quality assurance project plan, a quality management plan, procedures for handling confidential business information, a health and safety plan, and a plan to deliver analytical services. The plans set forth above must be determined acceptable by EPA. In order to be awarded a contract, agreement must be reached on all contract terms and conditions, including a reasonable cost plus award fee. Prior to award, the contractor will be required to have an acceptable accounting system that allows for segregation of cost. Any resulting contract will include the EPA "Limitations of Future Contracting (EPAAR 1552.209-74)" (LOFC) clause. If any interested firms are current holders of EPA contracts which contain LOFC clauses, they are advised to make themselves aware of the limitations contained therein regarding submitting proposals for Response Action Contracts. Firms interested in responding to this announcement are invited to submit standard Forms 254 and 255, completed in accordance with the instructions contained in the Technical Proposal Instructions, to the office shown below by March 5, 1998. These technical proposal instructions, along with the a description of the technical evaluation criteria, the RAC statement of work and the RAC LOFC clause, can be obtained from the Internet address shown above. Any questions on this procurement should be addressed to Valen Wade, (202) 564-4477, wade.valen@epamail.epa.gov, or Paul Dawson, (202) 564-4473, dawson.paul@epamail.epa.gov. All questions and responses thereto will be posted on the aforementioned EPA HomePage. This is not a request for proposal. Firms interested in responding to this CBD synopsis should submit eight (8) copies of their completed SF 254/255s, including one in electronic format compatible with WordPerfect 6.1, to the following address. For responses sent through the U.S. Post Office, the mailing address is: Attn: Valen Wade U.S. Environmental Protection Agency 401 M Street, S.W. (Mail Code 3805R) Ronald Reagan Building, Room No. 61148 Washington, D.C. 20460 For submissions not sent through the U.S. Post Office (e.g., hand-carried, or courier service), the address is: Attn: Valen Wade (Mail Code 3805R) U.S. Environmental Protection Agency Ronald Reagan Building Bid & Proposal Room 6th Floor, Room 61107 1300 Pennsylvania Avenue Washington, DC 20004 (0036)

Loren Data Corp. http://www.ld.com (SYN# 0024 19980209\C-0006.SOL)


C - Architect and Engineering Services - Construction Index Page