Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 17, 2000 PSA #2707
SOLICITATIONS

F -- INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CONTRACTS FOR ENVIRONMENTAL SERVICES, EDWARDS AFB, CA, AIR FORCE PLANT 42, AND TEST RANGES WITHIN THE GREATER SOUTHWEST RANGE COMPLEX

Notice Date
October 13, 2000
Contracting Office
USAED, Sacramento, Corps of Engineers, Contracting Division, 1325 J Street, Sacramento, CA 95814-2922
ZIP Code
95814-2922
Solicitation Number
DACA05-01-R-0002
Response Due
January 4, 2001
Point of Contact
Susan Yarbrough, Contract Specialist, (916) 557-7479; Judith E. Grant, Contracting Officer (916) 557-5244.
E-Mail Address
Click here to contact the contract specialist. (syarbrough@spk.usace.army.mil)
Description
This solicitation is for Indefinite Delivery Indefinite Quantity (IDIQ) contracts for environmental services in support of Edwards AFB, Air Force Plant 42, and test ranges within the greater southwest range complex. Work and services may include compliance and pollution prevention program related services and documentation; natural resources conservation program activities; environmental restoration activities and base comprehensive planning (BCP) and geographic information system (GIS) development associated with these activities. Compliance and pollution prevention activities will address permits coordination and preparation; Emergency Planning Community Right to Know Act (EPCRA) compliance; Environmental Compliance Assessment Management Program (ECAMP); Senate Bill 14 adherence; petroleum, oil and lubricant waste compliance activities; Resource Conservation Recovery Act and California Title 22 and other federal, state and local regulatory compliance; air and water quality investigation; air quality conformity determination; lead/asbestos/PCB surveys; tiered permits coordination and waste management; accumulation sites management; waste management recycling and minimization; developing pollution control technologies; characterizing waste streams; establishing waste stream volumes; and databases for tracking progress toward achieving reduction goals; conducting opportunity assessments to identify pollution prevention opportunities; developing strategies to reduce the volume of waste or toxicity of waste that is generated; development of recycling programs including the affirmative procurement of recycled materials; and solid waste management; baseline planning studies to support master planning opportunities and constraints to include environmental issues such as air emissions surveys and source testing, soil surveys, groundwater and acquifer surveys and modeling, and geological investigation. Natural Resources conservation activities will include NEPA/CEQA adherence; historic preservation; archeology, paleontology, endangered species and plants; desert ecosystem management, environmental assessments and impact statements, air space/range analyses and impact on the environment, GIS, and environmental design review. Environmental Restoration activities will include site and remedial investigation plan development; sampling and analysis; feasibility studies, treatability studies and intrusive investigations; disposal of investigative derived hazardous waste; records of decision; interim remedial measures and documentation; characterization and design at hazardous or toxic waste sites; inspection services; long term monitoring; laboratory testing services; engineering services during cleanup; operations and maintenance of groundwater treatment systems; health and safety plan development; health and risk assessments; environmental modeling; quality assurance programs; project management plans; data management plans; community relations plans; cost estimates; site visits; interviews; remedial actions; ordnance and explosive investigation and clearance; and chemical warfare material investigation and avoidance. Base comprehensive plan and GIS development activities shall include aerial photogrammetric mapping; field surveying, digitization; preparation of a GIS database; utility system investigations and analyses; query development; facility management planning; global positioning systems and computer aided drafting and design (CADD) systems. Additional services may include transportation studies, management studies, brochure development, BCP component plans, facilities engineering planning, space utilization, noise studies and preparation of site planning design documents. Each offeror must demonstrate the ability to provide all of the abovementioned services with in-house forces or through subcontractors. The Government intends to award two contracts as a result of this solicitation. The contracts will be IDIQ type, with firm-fixed-price task orders. The contracts will have a five-year period of performance with one base period and four option periods, each of which may be exercised at the discretion of the Government. As work and services are needed individual task orders will be issued with specific scopes of work describing the requirements. Contract awards are anticipated in approximately March 2001. The total not-to-exceed amount per contract will be $40,000,000 over the five-year period. Technical and price proposals will be required and a tradeoff analysis performed. Evaluation by the Government will result in selection of the offers that represent the best advantage to the Government. This procurement is issued on an unrestricted basis. The procurement will be conducted under the new North American Industry Classification System (NAICS) code 541620 for environmental consulting. The size standard for this NAICS code is $5.0 million. Large business firms competing for these contracts must comply with the FAR 52.219-9 Clause regarding the requirement for a Small Business Subcontracting Plan on the part of the work to be subcontracted. The recommended goals for subcontracting are 61.4% for small business, 9.1% for small disadvantaged business, and 5.0% for woman-owned small business. A firm that submits a plan with lesser goals must provide written rationale to support goals submitted. The small business subcontracting plan will be required to be submitted with the price proposal and must be determined acceptable by the Contracting Officer prior to award. The request for proposals (RFP) will be mailed out approximately November 13, 2000. A pre-proposal conference will be held following issuance of the solicitation at a date and time to be determined. There is no charge for this solicitation. The solicitation will be issued in paper copies only and only one copy will be sent to each requesting office. For more information on this solicitation please contact the contract specialist, Susan Yarbrough, at (916) 557-7479. The solicitation must be ordered by the cut-off date of November 8, 2000 to insure receipt. The solicitation can only be ordered electronically by accessing internet address http://ebs.spk.usace.army.mil/ Please complete the requested information to avoid a delay in your order. Orders received beyond the cutoff date may not be honored. All responsible sources may submit a proposal which will be considered by the Agency.
Web Link
Click here to order your solicitation (http://ebs.spk.usace.army.mil/)
Record
Loren Data Corp. 20001017/FSOL005.HTM (W-287 SN5042M3)

F - Natural Resources and Conservation Services Index  |  Issue Index |
Created on October 13, 2000 by Loren Data Corp. -- info@ld.com