Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2002 FBO #0139
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY TYPE CONTRACTS FOR ENVIRONMENTAL AND ENGINEERING SERVICES

Notice Date
4/18/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, Kansas City-Military, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
DACW41-02-R-0008
 
Response Due
5/20/2002
 
Archive Date
6/19/2002
 
Point of Contact
Pamela Wellons, 816-983-3802
 
E-Mail Address
Email your questions to US Army Engineer District, Kansas City-Military
(pamela.s.wellons@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA CONTRACT INFORMATION: The Kansas City District plans to procure two or more Indefinite Delivery Type (IDT) contracts for Environmental and Engineering Services for civil works and military projects primarily within the geographic boundaries of the Kansas C ity District, but also within the mission boundaries of the Northwestern Division. It is anticipated that the majority of the military work will occur at Fort Leonard Wood, Missouri but could be anywhere within the Division Mission Boundaries. Of these c ontracts, at least one contract will be designated as the IDT Environmental and Engineering Services Contract including Compliance Issues Related to Indiana and Gray Bats and will require the specialized experience outlined in Selection Criteria, Specializ ed Experience, paragraph (3) identified below. At least one contract will not include the compliance issues related to the Indiana and gray bats and will not require this specialized experience. The contracts will be accomplished by issuance of individua l task orders not to exceed $1,000,000 for a base period not to exceed one year, with an option for two additional extensions of up to one year each with a new $1,000,000 amount for each option period awarded. The maximum contract value is $3,000,000.00. T ask Orders will be firm fixed price. The NAICS Code is 541330. The size standard is $4,000,000. The first contract award is anticipated in early Summer 2002. The contract will involve the preparation of various Environmental documents, studies, and specifications for various military installations and civil works projects supported by the Kansas City District, Corps of Engineers. The method used to allocate task orders will include: consideration of experience and user needs, workload, and performanc e. The scope of work and services will include projects assigned to the Kansas City District and may include any effort assigned to a District within Northwestern Division Mission Boundaries when such work and services are considered applicable under the s cope of this acquisition. NOTE: To be eligible for award, a firm must be registered in the DOD Central Contractor Registrations (CCR) Registrar via the CCR Internet site at: http://ccr2000.com or by contacting the DOD Electronic Commerce Information Cen ter at 1-800-334-3414. PROJECT INFORMATION: The work under this contract may involve areas of Environmental compliance including but not limited to: Preparation of environmental assessments, Environmental assessments and environmental impact statements [N ational Environmental Policy Act], Findings of no significant impact and records of decision [National Environmental Policy Act], Preparation of biological assessments [Endangered Species Act], Archaeological surveys [National Historic Preservation Act] an d historic architecture studies [National Historic Preservation Act], Preparation of planning studies for military installations and civil works projects, including, but not limited to, Risk assessments, Mitigation planning and specification, Environmental baseline surveys, Biological monitoring (including preparation of monitoring plans), Privatization support, Integrated Natural Resources management Plans [including component plans], Endangered Species Management Plans, Cultural resources management plans , Wetlands management plans, Aquatic ecosystem restoration (Water Resources Development Act), Emergency stream bank restoration (Flood Control Act), Pesticide management plans, Preparation of military educational materials, Force protection studies, Variou s other military and civil works supporting studies; and Preparation and/or updating of existing databases (including but not limited to Mapping, Geographic information systems [GIS], and Computer-aided design and drafting [CADD]. Use of global positioning system (GPS) is required. SELECTION CRITERIA: Submittals will be evaluated against the general evaluation factors listed in descending order of importance. The specific requirements must be identified in the SF 255. Items a through e are primary evaluation factors and f through g are secondary evaluation factors. a. Specialized Experience -- Responding firms and proposed teams should demonstrate specialized expe rience and technical competence in the following areas: (1) Demonstrate specialized experience and technical competence in the expected activities identified below, as evidenced by the resumes of the personnel assigned to this project, as well as the firm . Only resumes identifying the professionalism and specialized experience are necessary. (2) Demonstrate specialized experience in completing projects listed in Project Information, for DOD sites, including in those areas pertaining to federal threatene d and endangered species studies. The contractor must possess detailed knowledge and have demonstrated experience in working with federal listed threatened and endangered species, particularly including the Indiana bat, gray bat, and bald eagle, and demon strate specialized experience in completing projects involving radio-telemetry studies of endangered bats at DOD sites. (3) Demonstrate experience in compliance with reasonable and prudent measures and terms and conditions issued with biological opinions a ddressing impacts to Indiana and gray bats, to include obtaining appropriate threatened and endangered species take permits from Region 3 of the U.S. Fish and Wildlife Service in coordination with the Columbia Field Office; collecting water samples, benthi c macro-invertebrates, fish, birds, insects, bats, nematodes, soil and guano; conducting appropriate analyses of these media; and drawing conclusions on the effects of various environmental contaminants and habitat modifications to the Indiana and gray bat s. [This specialized experience is only required if the A-E wishes to be considered for the IDT Environmental and Engineering Services contract including Compliance Issues Related to Indiana and Gray Bats. If the firm indicates that they wish to be consi dered for this contract and is not selected, they will still be eligible for award for the other contract.] (4) Demonstrate specialized experience in completing projects involving Biological Assessments in accordance with ESA and NEPA compliance at DOD si tes. (5) Demonstrate specialized experience in completing projects listed in Project Information, for DOD sites in those areas pertaining to conducting Natural Resources studies for wetlands, flora, insects, mussels, fish, birds and bats. (6) Demonstrate specialized experience with preparation of educational materials for DOD sites. (7) Demonstrate specialized experience in ecosystem restoration (Section 1135 and Section 206 WRDA). (8) Demonstrate experience developing and hosting existing or customized s oftware applications (with proven functionality) that provides access to project-specific and engineering data management systems via the Internet. (9) Demonstrate specialized experience in completing projects requiring preparation of ecological risk asses sments for DOD sites. (10) Demonstrate ability to work cooperatively and productively with the U.S. Fish and Wildlife Service (Kansas and Missouri office), the Environmental Protection Agency (Region 7), the Missouri Department of Conservation, and the Mi ssouri Department of Natural Resources in resolving regulatory compliance issues associated with military and civil works planning activities. (11) Demonstrate specialized experience in completing projects listed in Project Information, for DOD including Army, but also other service branches and National Guard sites, especially in those areas pertaining to the compliance with the procedural provisions of NEPA. (12) Technical competence in preparing documents specified in Army Regulations (AR) 200-1, 200-2, 200-3 and 200-4 and Engineering Regulation (ER) 200-2-2. (13) Quality Management Procedures. A brief Project Management Plan including an explanation of the fi rm's management approach, management of subcontractors (if applicable), quality control procedures and an organizational chart showing the inter-relationship of management and various team components (including subcontractors) must be included in paragraph 10 of the SF-255. (14) Demonstrate specialized experience with preparation of educational materials for DOD sites. (15) Demonstrate specialized experience in ecosystem restoration (Section 206 WRDA). (16) Document specialized experience in emergency str eam bank protection (Section 14, FCA). (17) Demonstrate specialized experience with privatization/closure support at DOD sites. (18) Experience with ISO 14001, Environmental Management Systems for the Federal government and developing EMS pilot programs ( Executive Order 13148 of April 21, 2000). (19) Demonstrate experience developing and hosting existing or customized software applications (with proven functionality) that provides access to project-specific and engineering data management systems via the inter-net. (20) Demonstrate ability to obtain US Fish and Wildlife issued permits to conduct studies of Indiana bats and gray bats, and the ability to meet future permit requirements. (21) Demonstrate specialized experience in working with various U.S. Fis h and Wildlife Service offices. (22) Demonstrate specialized experience in working with various State Historic Preservation Offices. (23) Demonstrate specialized experience in completing projects listed in Project Information, for DOD including Army, but also other service branches and National Guard sites, especially in those areas pertaining to the compliance with the procedural provisions of the Endangered Species Act. b. Professional Qualifications. Responding firms shall demonstrate capability in these primary disciplines (in order of priority) with a minimum of two qualified individuals per discipline, except where noted otherwise (): Environmental sciences, Wildlife biology (experienced in endangered species compliance/management for federally-li sted species named in this announcement) (4), Aquatic/wetlands biology (to include experience in eco-system restoration) (4), Eco-toxicology (4), Ecological and human health risk assessment (4), Civil engineering (structural and environmental with experie nce with water containment and discharge, landfill structures, and remedial system design and specification), Program/project management (with experience in working on USACE projects), Soil science/geology, Hydro-geology, Prehistoric/historic archeolog y, Architectural history, and Information technology (4), to include internet-based software development, GIS, GPS, and CADD. Firms shall provide at least two resumes for each discipline, except where noted otherwise numerically in parenthesis following the listed discipline. Include a matrix that shows the discipline, degree and years of experience, in each of the specialized experience categories for each person on the proposed team. c. Past performance on DOD and other contracts with respect to cost co ntrol, quality of work, and compliance with performance schedules. d. Capabilities to complete the work in the required time. e. Technical competence and capability to perform work within Corps of Engineers and Department of Defense Environmental programs and Environmental compliance as it pertains to NEPA, Clean Water Act and the Endangered Species Act. Specific knowledge of local conditions and project site features within the Kansas City District area of responsibility. f. Knowledge of the locality of th e project and state and federal regulatory requirements for the states of Iowa, Kansas, Missouri and Nebraska. g. Volume of DOD contracts awarded in the last 12 months to the prime A-E firm. In Block 10 of the SF 255, responding firms should cite all contr act numbers, award dates and total negotiated fees for any DOD contract awarded within the last 12 months to the office expected to perform this work. Please in dicate all task orders awarded your firm by DOD agencies within the last 12 months under an indefinite delivery type contract, regardless of the award date of the contract itself. Indicate date of task orders and fee for each. Modifications to task orders that were awarded prior to the last 12 months need not be listed. SUBMITTAL REQUIREMENTS. See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit a SF 255 to the address listed below no la ter than 2:00 p.m. local time on the date indicated. IMPORTANT: In the proposal cover letter the A-E must indicate whether or not the firm wishes to be considered for the IDT Environmental and Engineering Services contract including Compliance Issues Rela ted to Indiana and Gray Bats. If the firm indicates that they wish to be considered for this contract and is not selected, they will still be eligible for award for the other contract which does not include this specialized requirement. Each firm/consult ant listed within the SF 255 must have a current SF 254 (submitted with the last 12 months) on file with the Corps of Engineers, or one must be submitted with this package. Submit responses to: U.S. Army Corp of Engineers, 760 Federal Building, 601 East 12 th Street, Kansas City, Missouri. ACASS Number of the office performing the work should be listed in Block 3 of the SF255. ACASS Numbers may be obtained by contacting Portland District, Corps of Engineers website at: http://nwp.usace.Army.mil/ct/i or by co ntacting the Portland District Office at 503-808-4591. The Army single Face to Industry site is http://acquisition.Army.mil/default.htm. Release of a firm's status will occur within ten (10) days after approval of any selection. This is not a request for p roposals. See Note 24. Points of Contact: Pamela Wellons, 816-983-3802, Administrative. Email your questions to US Army Engineer District, Kansas City-Civil Works at pamela.s.wellons@usace.army.mil. Alan Gehrt, 816-983-3142, Technical. This announcemen t is repeated on the web page http://nwk-ebs.nwk.usace.army.mil/ebs/advertisedsolicitations.asp for your information and convenience only. Registration on this page does not cause any action on the part of the Corps of Engineers. Registration will add you r name to the list of planholders only. If you are interested in other firms contacting you to express their interest in joining their (or your) team, then you are encouraged to register on this web site.
 
Place of Performance
Address: US Army Engineer District, Kansas City-Military ATTN: CENWK-CT, 760 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
Country: US
 
Record
SN00062393-W 20020420/020418213413 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.