Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2003 FBO #0475
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY TYPE CONTRACT FOR ENVIRONMENTAL AND ENGINEERING SERVICES FOR THE KANSAS CITY DISTRICT

Notice Date
3/18/2003
 
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
DACA41-03-R-0004
 
Archive Date
6/16/2003
 
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 Architect and engineering services, procured in accordance with PL 92-582 (Brooks AE Act) and FAR Part 36, are required to support military, civil works and HTRW missions and programs within or assigned to the Kansas City District, U.S. Army Corps of Engin eers. It is anticipated the majority of the work under this contract will occur at Fort Leonard Wood, Missouri, in support of the U.S. Army Maneuver Support Center. Selection will be made for one Indefinite Delivery Type Contract with a base period not to exceed one year and two option periods of up to one year each. The amount of work in the base and each option period will not exceed $1,000,000 and the total contract value will not exceed $3,000,000. An option period may be exercised when the contract a mount for the base period or preceding option period has been exhausted or nearly exhausted. Work will be issued by negotiated firm-fixed price Task Orders not to exceed the base contract amount. Anticipated award for this contract is Spring 2003. This announcement is open to all businesses regardless of size. 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 work subcontracted. The subcontracting goals for the Kansas City District are as follows: a minimum of 57.2% of the contractor?s intended subcontract amount placed with small businesses (SB), 8.9% placed with small disadvantaged businesses (SDB), 8.1% placed with women owned small businesses (WOSB), 3% pla ced with service-disabled veteran-owned small businesses and 3% placed with HubZone small businesses. The subcontracting plan is not required with submittal. The small business standard for this effort is based on the average annual receipts of the conce rn and it affiliates for the preceding three (3) fiscal years. A business is small for this effort if its average annual receipts do not exceed 4 million. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must b e at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employee?s office location (not the location of the work). To be eligible for contract award, a firm must be registered in the DO D Central Contractor Registration (CCR). Register via the CCR Internet site at https://www.ccr.dlis.dla.mil/ccr/scripts/index.html or by contacting the DOD Electronic Information Center at 1-800-334-3414. Task orders may be assigned for any work within t he jurisdiction of Northwestern Division but the selection will be based on criteria within the Kansas City District. 2. PROJECT INFORMATION. The work under this contract may involve areas of air modeling (including the use of the ISC3 Complex Terrain Model), ambient air monitoring (including systems design, construction, integration and to a significantly lesser extent , operation); compliance with various air permit conditions; development of computer programs and processes to ensure compliance with permit conditions; communications; investigations of particulate matter in air quality; and providing consultation to the Kansas City District and its customers in developing strategies for addressing various air permitting issues. Use of global positioning system (GPS) may be required. 3. SELECTION CRITERIA. The selection criteria are listed below in descending order of importance (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 as tiebreakers among technically equal firms. a. Specialized experience and technical competence. (1) Respo nding firms should demonstrate experience in all areas of the ?PROJECT INFORMATION? portion of the announcement. (2) Experience in completing projects listed in Section 2, Project Information?. The Contractor must possess a detailed knowledge of the Clean Air Act and state statutes implementing the Clean Air act. Experience with Missouri Department of Natural Resources (MDNR) air regulations is preferred and will be weighted higher than experience with other state organizations. The Contractor must have demonstrated experience in working with ai r modeling, air permitting, and air permit compliance. (3) Experience in working cooperatively and productively with the Missouri Department of Natural Resources on issues pertaining to the Clean Air Act. (4) Experience in developing computer programs that integrate meteorological data with air permitting monitoring programs. (5) Quality management procedures: Include a proposed organizational chart and a narrative description of how quality management procedures will function in Block 10 of SF 255. (A det ailed quality control plan will be submitted by the AE as part of the negotiation process.) b. Professional capabilities. (1) Responding firms shall demonstrate capability in these primary disciplines (in order of priority): air permitting specialists, a mbient air monitoring specialists, meteorologists, systems architects, client/server programmers, web application programmers, wireless/mobile communications specialists, data management specialists, physical/chemical engineers (PM10), plant ecologists, wi ldlife biologists, soil scientists, health risk specialists, water quality scientists, civil engineers, electrical engineers, monitoring equipment auditors, and GIS/CADD. c. Past Performance on DOD and other contracts with respect to cost control, quali ty of work, and compliance with performance schedules. d. Capacity for potential concurrent workload of $500,000 to $1,000,000 of environmental services. e. Knowledge of a capability to perform work within Corps of Engineers and Department of Defense en vironmental programs and environmental compliance as it pertains to the Clean Air Act and implementing laws and regulations of the State of Missouri. Specific knowledge of local conditions and project site features within the KCD area of responsibility, b ut a significant portion of the initial work under this contract is anticipated to occur at Fort Leonard Wood, Missouri, and therefore greater weight will be given to experience at Fort Leonard Wood. f. Extent of participation of SB (including WOSB), SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. g. Geographic proximity. h. Volume of DOD contracts awarded in the last 12 months to the pri me A-E firm. In Block 10 of the SF 255, responding firms should cite all contract 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 indicate 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, which were aw arded prior to the last 12 months, need not be listed. SUBMITTAL REQUIREMENTS. Interested firms having the capabilities to perform this work must submit one SF 255 (11/92) to the address listed below no later than close of business (4:00 PM Kansas City t ime) on 17 April 2003. Copies of the SF 254 (11/92) for the prime firm and all consultants shall be included with the SF 255. Total number of pages for the SF255 and SF254s must not exceed 100 pages and Block 10 must not exceed 20 pages. Include the fir m?s ACASS number in SF 255, block 3b. Each firm/consultant listed within the SF 255 must have a current SF 254 (submitted within the last 12 months) on file with the Corps of Engineers, or one must be submitted with this package. In SF 255, block 8, cite whether the experience is that of the prime (or joint venture), consultant or an individual. Work cited that is experience of the prime (or joint venture) fro m an office other than that identified in Block 4 shall be so labeled. Block 8 experience must have occurred within the previous five years. In SF 255, Block 10, describe the firm?s overall QCP. A project specific QCP must be prepared and approved by t he government as a condition of contract award, but is not required with this submission. Solicitation packages are not provided. This is not a request for proposal. Submit responses to: U.S. Army Engineer District, Kansas City ATTN: CENWK-CT-M/Murray 760 Federal Building 601 East 12th Street Kansas City, Missouri 64106-2896 2. QUESTIONS. Questions of a contractual nature may be addressed to Pamela Wellons at 816-983-3802, of a technical nature should be addressed to Al Gehrt at 816-983-3142 and thos e of an administrative nature to Vera Murray, 816-983-3840
 
Place of Performance
Address: US Army Engineer District, Kansas City-Military ATTN: CENWK-CT-M, 760 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
Country: US
 
Record
SN00282140-W 20030320/030319062108 (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.