Engineering/Feasibility Study
Document Type: Presolicitation Notice
Solicitation Number: DACW35-03-R-0007
Classification Code: C -- Architect and engineering services
Contracting Office Address: U.S. Army Corps of Engineers, Detroit - Civil Works, 477 Michigan Avenue, Detroit, MI 48226
Description: NA This contract is being procured in accordance with the Brooks A-E act as implemented in FAR Subpart 36.6. This contract is for completing a Feasibility Study for remediation of contaminated sediments. The contract is estimated at $500,000 to $1,000,000. The contract may include optional work for the concept design, final design, plans and specifications and construction phase services for the subject project.
The total value of the optional work is estimated at $1,000,000 - $3,000,000. The initial con tract is anticipated to be awarded in 2003. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work.
Professional services are required for site investigation, planning, environmental assessment a nd engineering studies in performing a feasibility level study to remediate contaminated sediments for the subject project. A copy of the Reconnaissance Study completed for the subject project is available at the Detroit District Corps of Engineers we b site http://www.lre.usace.army.mil under Projects and Studies Planning Studies for the Fox River Environmental Dredging Section 312, or by contacting the Detroit District at 313-226-6760.
A preliminary scope and cost of the feasibility study is available in the Reconnaissance Study. North American Industrial Classification System code is 541330, which has a size standard of $4,000,000 in average annual receipts. The contractor selected will need sufficient resources and flexibility to be able to furnis h a full range of professional planning, engineering and design services related to removal and remediation of contaminated sediments and ecosystem restoration at the subject project location.
This announcement is open to all businesses regardless of their size. A firm-fixed-price contract will be negotiated. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on the part of this work it intends to subcontract. A subcontracting goal for this contract is that a minimum of 61.2% of the contractor’s intended subcontract amount be placed with small businesses (SB) including; 5% with small disadvantaged businesses (SDB), 5% with women owned small businesses (WOSB), 3% with veteran-owned SB, 3% with service-disabled veteran-owned SB and 1% with HUB Zone small businesses. A subcontracting plan is not required with this submittal. To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. 2. PROJECT INFORMATION:
The Lower Fox River and Green Bay Site includes an approximately 39-mile stretch of the Lower Fox River as well as the bay of Green Bay. The Wisconsin Department of Natural Resources (DNR) and the U.S. Environmental Protection Agency (EPA) have issued a final Superfund Remedial Investigation and Feasibility Study report as well as supporting documents for the site.
In addition, DNR and EPA also issued a Superfund Record of Decision (ROD), Responsiveness Summary (RS), and numerous (17) white papers for the Site?s first two operable units. The plan in the ROD calls for cleaning up PCB (polychlorinated biphenyl) contaminated sediments from certain portions of the Lower Fox River. The ROD was issued in December 2002 and will cover Operable Unit 1 (Little Lake Butte des Morts) and Operable Unit-2 (from the Appleton Dam to the Little Rapids Dam). The general project information that follows is not all inclusive of the ROD. PCB's were discharged into the Fox River by paper mills during the manufacturing and recycling of carbonless copy paper, primarily between 1954 and 1971.
This ROD represents the final decision of the WDNR and EPA on the remedial plan for sediment cleanup of these two sections of the Lower Fox River. The ROD addresses some of the human health and ecological risks posed to people and ecological receptors associated with PCBs that have been released to the Site. These reaches comprise approximately 26 of the 39 miles of the river that flows north from Lake Winnebago to the mouth of the river at Green Bay. This ROD calls for the removal of all contaminated sediment from OU 1 with a concentration of greater than 1 part per million or approximately 784,000 cubic yards of material. It is anticipated that the dredged material will be mechanically dewatered and then placed into a landfill for permanent disposal. Another remedy may utilize vitrification of dredged contaminated sediment as an alternative to off-site disposal. DNR and EPA have selected a monitored natural recovery approach for OU 2.
This cleanup relies on natural processes to break down, dilute, or bury the PCBs; and on a program designed to monitor the levels of PCBs in the sediment fish tissue and in the water. The current estimated average surface PCB concentration in OU-2 is 0.61 ppm. With the ROD for OU-1 and 2 completed, WDNR and EPA will focus their attention to completing the ROD for the remaining operable units of the Lower Fox River and Green Bay (OU 3-5). The agencies expect a decision for the remaining three operable units, OU-3 from the Little Rapids Dam to the De Pere Dam, OU-4 from the De Pere Dam to the mouth of the river at Green Bay, and OU-5 the entire bay of Green Bay, to be made later this year. Copies of the OU 1 and 2 ROD, RS & White Papers, the Site wide final RI/FS, FOX River Data Base as well as other supporting information is available at the DNR’s Lower Fox River web site at the following address: http://www.dnr.state.wi.us/org/water/wm/lowerfox/index.html.
In addition, to review hard copies of the reports, copies of the ROD and the final RI/FS are available at one of the information repositories set up at libraries in the Fox Valley and Green Bay area. Appleton Public Library, 225 N. Oneida St., Appleton, WI; Brown County Library, 515 Pine St., Green Bay, WI; Door County Library, 104 S. Fourth Ave., Sturgeon Bay, WI; Oneida Community Library, 201 Elm St., Oneida, WI and the Oshkosh Public Library, 106 Washington Ave., Oshkosh, WI.
In addition to the repositories, copies of the Lower F ox River and Green Bay Site Remedial Investigation and Feasibility Study (RI/FS), Risk Assessment (RA), the Model Documentation Report (MDR), and ROD may be available at DNR offices in Madison (101 South Webster Street), Green Bay (801 East Walnut Street) and at EPA offices in Chicago (77 West Jackson Boulevard). A Corps of Engineers Section 905(b) (WRDA 86) Reconnaissance Study has concluded that there is Federal interest in the removal or remediation of contaminated sediments in the Lower Fox River and bay of Green Bay for ecosystem restoration under the authority of Section 312 of the Water Resources Development Act of 1990 (WRDA 90), as amended. A copy of the Reconnaissance Study will be available at the Detroit District Corps of Engineers web site htt p://www.lre.usace.army.mil for the Lower Fox River and Bay of Green Bay, Wisconsin site. Additional ecosystem restoration project planning and studies are required to develop plan formulation criteria and tools (e.g., models) and metrics for measuring the outputs (e.g.: habitat units, indices) of alternative plans appropriate for the ecosystem under consideration. Design services may also be required to implement selected remediation alternatives within the project limits, including Operable Units 3, 4 an d 5. Planning activities may include preparation of a feasibility study or portions thereof and an environmental impact statement or environmental assessment which shall be conducted in accordance with the Planning Guidance Notebook ER 1105-2-100 and other applicable U.S. Army Corps of Engineers regulations, guidelines and procedures. Public outreach efforts may also be required for this study. The local sponsor may conduct some tasks in the feasibility study and the U.S. Army Corps of Engineers or other agencies may conduct some of the tasks. 3. SELECTION CRITERIA: The selection criteria for this particular project are listed below in descending order of im portance (first by major criterion and then by each sub-criterion). Criteria a-e are primary. Criteria f-h are secondary and will only be used if necessary in ranking the most highly qualified firms. (a) Specialized Experience and Technical Competenc e in or related to: (1) planning and design related to PCB contaminated sediment removal and/or remediation; (2) planning and design of dredged material disposal facilities (both upland and nearshore) for PCB Toxic Substances Control Act (TSCA) and non-TS CA contaminated sediments, (3) planning and design related to capping of contaminated sediments; (4) planning and design related to vitrification of contaminated sediments (5) preparation of feasibility studies in accordance with ER 1105-2-100 (6) preparation of planning studies which address policy issues in ER 1165-2-501. (7) preparation of U.S. Army Corps of Engineers feasibility level environmental impact statements (ER 200-2-2), (8) U.S. Environmental Protection Agency superfund remediation pr objects (including the RI/FS process) (9) Wisconsin Department of Natural Resources (WIDNR) led environmental remediation projects associated with contaminated sediments (10) the Comprehensive Environmental Response, Compensation, and Liability Act (CERC LA) process (11) National Research Council guidance (12) U.S. Army Corps of Engineers HTRW assessment and remediation projects (13) preparation of ecological risk assessments; (14) preparation of fish and wildlife habitat assessments ? utilizing WIDN R and U.S. Fish and Wildlife Service protocols; (15) preparation of ecological studies and analysis; (16) hydrologic, hydraulic and hydrodynamic modeling of major rivers in the great lakes (17) sediment mapping and modeling 18) preparation of models for PCB concentrations in water, sediment and aquatic biota 19) preparing Corps of Engineers construction plans utilizing Microstation CADD, and specifications & cost estimates utilizing Corps of Engineers standard microcomputer programs (MCACES/ SPECSI NTACT) 20) Corps of Engineers incremental benefit/cost analysis for environmental restoration formulation purposes 21) accomplishing dredging (hydrographic) surveys 22) accomplishing topographic surveys 23) collection of sediment, water, air and soils samples for geotechnical and environmental analysis related to remediation of contaminated sediments (b) Professional Qualifications: (1) Qualified professional personnel in the following key disciplines: environmental engineering, civil engineering, geo technical engineering, geologist, hydrogeologist and structural engineering. The lead engineer in each key discipline must be registered to practice in the appropriate professional field in the State of Wisconsin. (2) The evaluation will consider specific education relative to remediation of contaminated sediments, advanced training, organizational certificates, overall and relevant experience, professional recognition and publications of key personnel c) Knowledge of locality with respect to the project area (OU 1 to OU 5) (d) Capacity of the firm to accomplish the anticipated work in an efficient manner. The evaluation will consider the experience of the firm in similarly sized projects, and the size and qualifications of the firm’s staff in discip lines necessary to accomplish planning and design for multiple sites. For environmental and geotechnical testing, the proposed laboratories must be COE validated or demonstrate capability of achieving validation via documented inspections and certifications from other Federal or State agencies and have a successfully established QA/QC program with personnel identified. (e) Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. Selection emphasis will be placed on evaluating past performance on DoD contracts, as documented in the ACASS database. Firms may include documentation of past performance on recent similar contracts with other Federal agency, State and local governmental clients, particularly firms possessing little or no DoD related past performance. The firm must demonstrate an effective quality control program that has delivered high quality products, on time and within budget. (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 geographic proximity of the firm to the general geographical area of the project locality (h) Volume of DoD contract awards in the last twelve months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including SB and SDB. 4. SUBMISSION REQUIREMENTS: Interested firms having capabilities to perform this work must submit two copies of SF 255 (11/92 edition), and two copies of SF 254 (11/92 edition) for the prime firm and all subcontractors, 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, or Federal holiday, the deadline is the close of business of the next business day. Include the firm ACASS number in SF 255, Block 2b. For ACASS information, call (503)326-3459. A brief (1 page maximum) Management Plan must be included in Block 10 of SF 255, to include an explanation regarding the role of any subcontractors, quality control procedures between the prime firm and subcontractors, and an organizational chart showing the inter-relationship of management and various key personnel and key team components (including subcontractors). All information must be included in the SF 255 (cover letter and other attachments will not be considered in the evaluation process). Solicitation packages are not provided. This is not a request for proposal. This procurement is UNRESTRICTED. Note 24 is applicable. Solicitatio n packages are not provided. This is not a request for proposal.
Original Point of Contact: George Fedynsky, (313) 226-6356
Email your questions to U.S. Army Corps of Engineers, Detroit - Civil Works at George.Fedynsky@usace.army.mil.
UPS Battery Replacement
Document Type: Combine Solicitation
Solicitation Number: F25600-03-T-0069
Set Aside: Total Small Business
Contracting Office Address: Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, NE, 68113-2107
Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice.
This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is F25600-03-T-0069 and is issued as a Request for Quotation (RFQ).
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-13. This acquisition is 100% set aside for small business concerns. The NAICS Code for this acquisition is 33599 with a size standard of 500 people.
The government intends to issue a firm fixed price purchase order for the following products. ITEM 01- 1 EA - 3 strings of batteries, Enersys Inc., or Exide, model # 188 dd85-23 totaling 564 batteries. (or equal is acceptable) government would prefer contractor give credit for current Enersys battery model # dd75-23 which has a 20 year design life however is failing after approximately 8 years. A standard 20 year warranty is requested on this item. Item 02 ? 1 job - labor for project for de-installation of old model batteries, installation of new batteries, and recycling fees for the old batteries. De-install 564 cells of existing Enersys dd75-23 batteries, palletize and remove for disposal per EPA guidelines, remove dd75-23 batteries. Install 564 cells of Enersys or Exide dd85-23 (or equal) batteries. Cutover work will be accomplished during maintenance hours of 11:00pm to 6:00am (cst) Monday through Sunday.
De-install/install will be done one string at a time-- all work will be accomplished in accordance with following statement of work: 1) This contract shall replace the existing UPS batteries in Building 597, Offutt AFB Nebraska. The existing three strings each consist of 188 individual cells of Exide DD-75-23 batteries. A B-Tech Battery Monitoring System monitors each cell.
The batteries are designed to provide a minimum of 30 minutes of operation to a 500KVA Exide Model 3450 (two strings) and a 200KVA Exide 3180 UPS (one string). 2) The Contractor shall remove the existing batteries and dispose of them in full accordance with applicable EPA regulations. Provide the Government a disposal certificate. 3) The Contractor shall provide new valve regulated lead acid (VRLA) batteries and racks equivalent to the existing system. The new batteries shall provide a minimum of 30 minutes of rated output to the two UPS. The new batteries shall have a 20-year design life. 4) The Contractor shall reconnect the existing B-Tech battery monitoring system to the new batteries. Any modifications required to the B-Tech system shall be provided at no cost to the Government. 5) The batteries are located in an area very difficult to access. The access route goes through two elevators, long steeply sloped carpeted hallways (that must be protected), and two doors with elevated thresholds (that also must be protected). Building 597 is a high security area and delays should be anticipated. It is strongly recommended prospective contractors visit the area prior to submitting a RFP. 6) This is a turnkey contract. No Government materials or support will be provided. All work shall comply with the 2002 National Electrical Code (NEC). Provide a framed and signed Installation Certification Certificate. -- Prefer quotes have delivery terms of FOB Destination to Offutt AFB, NE. A site visit will be held 20 May 2003 at 10:00am (cst). All attendees will meet at Kenney Gate visitor center for the site visit. Submit the names of all attendees (not to exceed 3 per vendor) to SSgt Davis via email or facsimile prior to 4:00pm (cst) on 19 May 2003. This information must be provided in advance in order to ensure access to the military base/conference site. Request all questions be submitted to the point of contact noted above not later than 4:00pm (cst) on 19 May 2003. The following provisions and clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial; FAR 52.212-2, Evaluation- Commercial Items, (a. Price and delivery, in order of importance); (Offerors must include a complete copy of 52.212-3, Offeror Representation and Certifications -- Commercial Items with offer which can be found at http://farsite.hill.af.mil/vffara.htm); FAR 52.212-4, Contract Terms and Conditions Required to Implement Status of Executive Orders -- Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items (paragraphs (b)(1), (b)(5), (b)(7), (b)(11),(b)(12), (b)(13), (b)(14), (b)(15) (b)(16), (b)(18), (b)(21), (b)(24) are checked for the purpose of this clause); 252.225-7000, Buy American Act--Balance of Payments Program Certificate; 252.225-7001, Buy American Act and Balance of Payments Program; 252.212-7000 Offeror Representations and Certifications--Commercial Items; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings; 252.232-7003 Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea; Please reference solicitation # F25600-03-T-0069 on all correspondence. No numbered notes are applicable to this acquisition.
All quotes are due no later than 28 May 03 at 4:00 p.m. (cst) to 55 CONS/LGCB. Quotations may be submitted via e-mail to Theresa.davis@offutt.af.mil , faxed to 402-294-7280, or mailed to the attention of SSgt Theresa Davis at 55 CONS/LGCB, 101 Washington Sq. Bldg 40, Offutt AFB, NE 68113. Contact SSgt Theresa Davis at (402) 294-2628 with any questions.
NOTE: CONTRACTORS MUST BE CCR REGISTERED PRIOR TO 28 MAY 03. TO REGISTER, GO TO THE WEB SITE: http://www.ccr.dlsc.dla.mil.
Original Point of Contact: Theresa Davis, Contract Administrator, Phone 402-294-2628, Fax 402-294-7280, Email theresa.davis@offutt.af.mil - Patrick Foster, Contracting Officer, Phone (402)294-3546, Fax (402)232-6571, Email patrick.foster@offutt.af.mil.
Pick-Up And Recycle Used Tires For Fort Jackson, S C
Document Type: Modification to a Previous Presolicitation Notice
Solicitation Number: DABK19-03-B-0002
Set Aside: Total HUB-Zone
Contracting Office Address
ACA, Fort Jackson, Directorate of Contracting, Building 4340, Magruder Street, Fort Jackson, SC 29207-5491
Description: NA This requirement is 100% Set Aside for Hub Zone Certified Firms
Original Point of Contact: Lillian Darby, 803-751-7699. Email your questions to ACA, Fort Jackson at darbyl@jackson.army.mil.
Removal, Transportation, And Disposal/Recycling Of Electrical Equipment And Oil From Basic Substation And Hoover A&N Switchyard
Document Type: Presolicitation Notice
Solicitation Number: DE-RQ65-03WG63424
Contracting Office Address: 12155 W. Alameda Parkway Lakewood, CO 80228-2802
Description:
In accordance with statement of work contractor is responsible for removal, transportation, and disposal/recycling of electrical equipment and oil from basic substation and Hoover A&N switchyard. This is a commercial item solicitation with a value greater than $100,000. The solicitation is expected to be available on or about 05/27/03. Revisit this site to obtain an electronic version of the solicitation when it becomes available.
Original Point of Contact: Catherine Castle, Contracting Officer, 602-352-2776, Ccastle@wapa.gov; Lary Martin, Contract Specialist, 602-352-2646, lmartin@wapa.gov.
Mines Peak Building Demolition
Document Type: Presolicitation Notice
Solicitation Number: CAQ030021
Classification Code: P -- Salvage services
Contracting Office Address: BLM Colorado State Office 2850 Youngfield Lakewood, CO
Description: Mines Peak Building Demolition -- Selection of the solicitation option will result in a direct connection to view the entire document on the nbc web site. Items for this solicitation: 0001--Removal of the Structures on Mines Peak(Quantity - 1)
Original Point of Contact: Jon A. Morse Contract Specialist phone:3032393678 email:jon_morse@blm.gov.
Demolition of Building 704, NAVSUPPACT, New Orleans, LA
Document Type: Presolicitation Notice
Solicitation Number: N62467-03-R-6645
Set Aside: Total HUB-Zone
Contracting Office Address: Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, ROICC New Orleans, NSA, Building 157 2300 General Meyer Avenue, New Orleans, LA, 70142
Description: The work includes the demolition of a single story building, approximately 14,963 SF and providing earth fill and sod. The estimated cost range for this procurement is between $100,000 and $250,000. The time for completion is 90 calendar days.
The NAICS is 238910; the size standard is $12,000,000.00. The method of procurement will be competitive source selection requiring both price and technical proposals. Award will be made to that proposer offering the BEST VALUE to the Government, price and other factors considered. Technical criteria may include technical qualifications, past performance and construction schedules.
In accordance with far 52.215-1, instructions to offerors - competitive acquisition, the government intends to evaluate proposals and award a contract without discussions; therefore, the offeror's initial proposal should contain the offer's best terms from a cost or price and technical standpoint.
Proposers should not assume that they will be contacted or afforded an opportunity to qualify, discuss, or revise their proposals. This solicitation will be issued electronically at http://www.esol.navfac.navy.mil. Prospective offerors should register at this website. The official planholders list will be maintained and can be printed from the website. Amendments will be posted on the website for downloading. It is the offeror's responsibility to check the website periodically for any amendments issued to the solicitation as this will be the only method of distribution. The anticipated issue date for the solicitation is on or about 05 June 2003. The site visit/preproposal conference has been tentatively scheduled for 18 June 2003 at 9:00 AM in the office of the Resident Officer In Charge of Construction, Building 2 at the Naval Support Activity, 2300 General Meyer Avenue, New Orleans, LA 70142. Inquiries may be submitted electronically before proposals are due to Jay Nosser.
Telephonic or fax requests will not be responded to.
Original Point of Contact: George Nosser, Contracting Officer, Phone 504-678-2320, Fax 504-678-2631, Email nossergj@efdsouth.navfac.navy.mil - Joe Delawder, Contracting Officer, Phone 504-678-9082, Fax 504-678-2631, Email delawderjw@efdsouth.navfac.navy.mil.
Demolition, Removal and Site Renovation
Document Type: Presolicitation Notice
Solicitation Number: NEAT-03-275
Set Aside: Total Small Business
Contracting Office Address: Department of Agriculture, Forest Service, R-9 North East Acquisition Team (NEAT), New England & Mid-Atlantic States P.O. Box 847, 222 Liberty Street, Warren, PA, 16365
Description: Demolition, Removal and Site Renovation, USDA Forest Service, Finger Lakes National Forest, NY. Twenty-three (23) -various types of buildings, structures and debris, located on the former Boy Scout Camp on Seneca Lake, require demolishing, removal and site renovation. Small Business set-aside. NAICS-238910 ($12 MILLION).
Quotes due May 28, 2003. Technical questions - Christopher Hanrahan, Forest Engineer, Green Mountain National Forest, VT, (802)747-6727.
Original Point of Contact: William Clark, Contract Specialist, Phone (815) 599-8804, Fax (815) 599-8804, Email wlclark@fs.fed.us.