Combine Solicitation – IQC Environmental Services
Federal Information & News Dispatch, Inc. |
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: IQC Environmental Services
Classification Code: C - Architect and engineering services
Solicitation Number: 072382-14-A-0021_
Contact: Suzanne W Bistline, Facilities Contract Specialiswt, Phone 303-853-6938, Fax 651-675-1696, Email [email protected]
Setaside: N/AN/A
Place of Performance (address): Western Facilities CMC7540 E 53rd Place
Place of Performance (zipcode): 80266-9505
Place of Performance Country: US
Description:
Facilities Purchasing
Westen Facilities Construction CMT
INDEFINITE QUANTITY CONTRACT - ENVIRONMENTAL SERVICES
REPAIR AND ALTERATION
SOLICITATION NO 072382-17-A-0021
Area 1:
The contract will be subject to negotiation of individual work orders. In each instance total fees for services will not exceed
The
7540 E 53rd Place
Selection criteria will be conducted with combined use of Standard Form 330, Architect Engineer Qualifications, Part I: Qualifications for a specific contract and Part II: General qualifications of a firm or a specific branch office of a firm. A separate Part II for each consultant must be provided. Contrary to the general instructions, this office does not maintain a file of Part II due to space limitations. Part I, you must limit the number of project listed to ten (10) projects only. Only one copy of your qualifications is necessary, which should be bound via GBC, Spiral or stapled. Please do not send them in hard cover notebooks. STANDARD FORM 330 REPLACE SF254 & SF255. ( http://www.gsa.gov [www.gsa.gov] and search: SF330).
Interested forms with more than one office must indiocate on their SF330the staffinc composition of the office in which the work will be performed. Consideration will only be given to firms responding to this advertisement that have main or branch offices located in the states of
Following an initial evaluation of submitted documents, several firms in the geographis area will be selected for interviews. Firms must have a minimum of three years' experience in the field of environmental consulting and must possess the capability of working at least three to four jobs at the same time.
All offerors must have sufficiently staffed office within the above-specified area. Any offeror outside of the specified area(s) will be disqualified from further consideration. Contractors must possess all proper certifications as required by federal, state and local laws. In addition to these main requirements, consideration will be given to firms responding to this advertisement in accordance with instruction in the following order of preference (with 1 being the most important):
1. Underground and aboveground storage tan services including but not limited to: closure plans, design packages, tightness testing, cathodic protection, stage II vapor recovery and monitoring system checks;
2. Surveys, monitoring, mitigation plans and remediation oversight for materials including asbestos-containing materials, lead-based paint (with XRF capability), radon, mold, lead in drinking water and indoor air quality reporting;
3. Health and safety matters including:
4. Site remediation services provided by state-certified staff;
5. Site evaluations for property transactions including Phase I Environmental Site Assessments, Phase II Site Investigations, Site Disposal Due Diligence, Environmental Assessments and Programmatic Environmental Assessments as per NEPA;
6. Emergency response actions and remedial services and hazardous materials management;
7. Permitting matters as required by various regulatory programs including but not limited to air quality (stationary and mobile source), water quality, storm-water management and wetlands;
8. Plan preparation in compliance with various federal and state requirements including but not limited to: Storm Water Pollution Prevention Plans, Spill Prevention Control and Countermeasures Plans, Tank Management Plans and Asbestos and Lead Operations and Management Plans.
9. This contract will primarily cover the States in the Areas of work listed above; however, the
10. The contract will contain a requirement for firms to provide evidence of current insurance. MBE/WBE participation is encouraged. Submissions will not be returned or retained.
Consideration will be given to interested firms who respond to this advertisement in accordance with the foregoing instructions in the following order of preference: 1) local, residing in the aforementioned states; 2) All others. Firms will be considered as local only if their office is in the area listed previously, or they have a local independently operated branch office, and all of the design, coordination, and management of the project will be accomplished in that office. It is prohibited to pay any fee, commission, percentage or brokerage fee to any person or firm contingent upon, or resulting from award of a contract.
Interested parties are encouraged to submit their packages by one of the methods offered by the
Link/URL: https://www.fbo.gov/notices/410c94b1bd3e183ef372c21b3586bb3a
Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
Wordcount: | 1085 |
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News