Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2003 FBO #0576
SOURCES SOUGHT

C -- MULTIPLE INDEFINITE DELIVERY INDEFINITE QUANTITY ARCHITECT-ENGINEER (A-E) CONTRACTS FOR HAZARDOUS TOXIC RADIOLOGICAL WASTE (HTRW) ENVIRONMENTAL SERVICES WITHIN SOUTHWEST DIVISION (SWD) BOUNDARIES

Notice Date
6/26/2003
 
Notice Type
Sources Sought
 
Contracting Office
US Army Engineer District, Tulsa - Military, ATTN: CESWT-CT, 1645 South 101st East Avenue, Tulsa, OK 74128-4609
 
ZIP Code
74128-4609
 
Solicitation Number
DACA56-03-R-2026
 
Response Due
7/30/2003
 
Archive Date
9/28/2003
 
Point of Contact
Brenda Anderson, 918-669-7274
 
E-Mail Address
Email your questions to US Army Engineer District, Tulsa - Military
(Brenda.K.Anderson@swt03.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA 1. CONTRACT INFORMATION: A maximum of three (3) Indefinite Delivery Indefinite Quantity (IDIQ) A-E Contracts will be awarded for environmental services within the Southwest Division (SWD) or as assigned. This is not a request for a proposal, and there i s no bid package. This procurement is unrestricted. Contractors will be selected for negotiations based on their qualifications submitted in accordance with this announcement. These contracts are anticipated to be awarded no later than the first quarter of fiscal year 2004. Each contract is for a base year with two option years and a total contract amount not to exceed $6,000,000. The base year and each option year are in an amount not to exceed $2,000,000 per contract. Should the total individual con tract amount reach $2,000,000 prior to passage of 365 calendar days, the option for an additional year and an additional $2,000,000 of work and services may be exercised. Similar action is available on the remaining years. Minimum award of each contract is $40,000 in the base contract and $20,000 in each option year. 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 work it intends to subcontract. A subc ontracting plan, in accordance with FAR 19.704 and 52.219-9, is not required in this submittal. 2. PROJECT INFORMATION: Work under these contracts will include but is not limited to any or all of the following: preliminary assessments (PA??????s), site investigations, remedial investigations, remedial design, and interim actions; engineering and design services during construction; feasibility/corrective measures studies, Site Inspections (SIs), Focused Site Inspections (FSIs), Expanded Site Inspections (ESIs), Hazard Ranking System (HRS) packages, Integrated Assessments (IAs), Presumptive Site Assessments (PSAs) and Engineering Evaluation and Cost Analysis (EE/CAs); treatability studies; preparation of documents for submission to federal, state and loc al agencies; pilot scale studies; general investigation and design activities in support of CERCLA, RCRA or other regulatory compliance; environmental studies/plans for various environmental regulations including but not limited to land management issues, noise, asbestos, lead-based paint, and the Munitions Rule; geophysical surveys; groundwater and surface water modeling; data management; GIS support; oversight of field operations; construction management support; human and ecological risk assessments and other engineering studies and reports; community relations; engineering design; inspections; shop drawing review; construction documents for a variety of hazardous waste and environmental type projects; various engineering and technical support of correcti ve measure implementation activities; environmental studies or documentation of lease or transfer of government real property; records searches; and any additional A-E services required to support Tulsa District??????s environmental mission. 3. SELECTION CRITERIA: See Government-wide Numbered Note 24 for general selection requirements. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a through e are primary. Cr iteria f through h are secondary and will only be used as additional discriminators among technically equal firms. a. Specialized Experience and Technical Competence. Specialized experience and demonstrated technical competence in: (1) Successfully managi ng and performing broadly scoped environmental projects that comply with applicable USEPA, State, and Department of Defense (DoD) requirements, site/operable unit complexity, and technical challenges present or anticipated within the Tulsa District??????s environmental mission; (2) Site characterization to determine nature and extent of contamination including design and/or performance of subsurface drilling pro grams, installation of groundwater monitoring well networks, sampling programs for various environmental media, performance and/or oversight of other intrusive investigation techniques such as soil gas surveys, surface geophysical techniques (e.g. electrom agnetic surveys), design performance and analysis of in-situ aquifer hydraulic tests (e.g. slug tests and pump tests), acquisition and analysis of other data (e.g. geotechnical, ecological, demographic, limnological, paleogeographic, fluid/matrix propertie s of multi-phase systems, dendrochronological, geomorphic, etc.) to support remedial decision making; (3) Development of typical deliverables supporting HTRW activities such as: Investigation Work Plans, Health and Safety Plans, Quality Assurance Project P lans, Sampling and Analysis Plans, Community Relations Plans, Project Management Plans, Data Management Plans, Waste Management Plans, detailed project schedules, Closure Plans and Reports, Laboratory Service Contracts for Chemical and Physical Analyses, t echnical reports to support decision-making such as site characterization reports including chemical fate and transport models, Human Health and Ecological Risk Assessments, Hazard Ranking System (HRS) Packages, Focused Site Inspection (FSI) Reports, Expan ded Site Inspection (ESI) Reports, Integrated Assessment (IA) Reports, Presumptive Site Assessment (PSA) Reports, RCRA Facility Assessments, Preliminary Assessment/Site Inspection (PA/SI) Reports, RCRA Facility Investigation Reports, Remedial Investigation /Feasibility Study Reports, Corrective Measures Study Reports, Corrective Measures and Remedial Designs, Groundwater Monitoring Reports, Records of Decision, Determination of No Further Action, Engineering Evaluation/Cost Analysis (EE/CA) Reports, delivera bles supporting UST compliance requirements, Construction Plans, Cost Estimates, and other related deliverables; (4) Selecting alternatives and developing designs/specifications for alternatives for remedial/removal actions or corrective measures and/or en vironmental projects of equivalent scope; (5) Development of various environmental studies/plans regarding environmental compliance regulations including but not limited to land management, noise, asbestos, lead-based paint, and the Munitions Rule; (6) Sup port of community relations/stakeholder involvement activities (e.g. development and maintenance of Administrative Records, support of Restoration Advisory Boards, etc.) including development of and management of significant outreach activities; (7) Techn ical support for litigation related to execution/implementation of environmental restoration activities; (8) Oversight and management of and/or performance of chemical analytical services typically required to support remedial/corrective measure decision- making at sites with multi-media environmental contamination from various industrial sources including, but not limited to, those in the current USEPA guidance documents and documenting a level of laboratory internal QA/QC consistent with that referenced i n current USEPA guidance/requirements resulting in legally defensible data for inclusion into project deliverables, including demonstrated ability for timely identification of problems/issues in acquired data and alerting the client to the impacts of these issues as well as making recommendations for their resolution; (9) Appropriate management of investigation derived waste; (10) Utilization of geographic information systems and other sophisticated data management/visualization techniques; (11) Producing G IS-compatible and CADD graphics in accordance with Federal Special Data Standards; (12) Producing cost estimates using the Air Force Remedial Action Cost Engineering and Requirements (RACER) cost estimating system (software provided); (13) Developing the nature and extent of the responsibility and cost allocation for investigation and cleanup of hazardous waste sites where a civil or military organization of the U.S. government is named as a Potentially Responsible Party; (14) Providing data on electronic media in accordance with government-furnished formats; and, (15) Preparing reports compatible with the most recent versions of Microsoft Office software. In block 8 of SF 255, cite whether the experience is that of the prime (joint venture), consultant or an individual. Work cited that is experience of the prime (or joint venture) from an office other than that identified in block 3b shall be so labeled. b. Professional Qualifications. Qualified professional personnel in the following areas: project management; engineering disciplines such as civil, chemical, environmental, geotechnical, electrical, mechanical, and structural; scientific disciplines such as chemists, geologists, geophysicists, biologists, toxicologists, and environmental scientists; appropriate specialists such as regulatory analysts, certified industrial hygienists, safety professionals, risk assessment specialists, cost estimators/ schedule rs, and technical editors; environmental technicians capable or acquiring and handling environmental samples and data; drillers; surveyors; and CADD operators. Registration, licensure or certification as required by law and regulations of the appropriate states will be necessary. Firms should demonstrate strong ability to provide comprehensive program and project management for complex work; strong ability to provide comprehensive environmental technical and compliance support; ability to provide necessar y number of teams or crews for expedited, complex, and unexpected field, laboratory and regulatory compliance support; and ability to initiate, manage and complete multiple concurrent delivery orders; ability to meet unforeseen schedule changes. Submittin g firms should demonstrate the education, training, registration, overall and relevant experience, and longevity with the firm of key management and technical personnel. This criterion is primarily concerned with the qualifications of the key personnel an d not the number of personnel, which is addressed under the capacity criterion. c. Past Performance. Past Performance on DoD, DOE, and other environmental contracts with respect to quality of work, compliance with delivery schedules, and cost control. A -E Contract Administration Support System (ACASS) is the primary source of information on past performance. However, any credible, documented evaluations may be considered, but the government is not required to seek other information on the past performan ce of a firm if none is available from ACASS. d. Capacity. Sufficient capacity to respond quickly, mobilize qualified personnel, and produce quality results under short deadline constraints for accepted task orders. This includes demonstrating the availa bility of key disciplines for execution of several concurrent task orders. Submitting firms should demonstrate experience with similar size contracts and the available capacity of key disciplines. e. Knowledge of the Locality. Submitting firms should dem onstrate knowledge of the area covered by the Southwestern Division (SWD) including the states of Arkansas, Louisiana, Oklahoma, and Texas. Examples include knowledge of geological features, climatic conditions, local construction methods that are unusua l or unique, and local laws and regulations. f. Small Business and Small Disadvantaged Business Participation. Submitting firms should demonstrate the extent of participation of small businesses (SB) (including women-owned), small disadvantaged businesse s (SDB), historically black colleges and universities (HBCU), and minority institutions (MI) in the proposed contract team, measured as a percentage of the total anticipated contract effort, regardless of whether the SB, SDB, HBCU or MI is a prime or, su bcontractor, or joint venture partner. The subcontracting goals for Tulsa District are 65% small business, 10% small disadvantaged business, 10% woman-owned sm all business, 5% veteran-owned small business, 3% small disadvantaged veteran-owned small business, and 3% HUB-Zone. g. Geographic Proximity. Location of the firm in general geographical area of the SWD. h. Volume of DoD Contract Awards During Previous 12 Months. Volume of DoD contract awards in the last 12 months as described in Government-wide Numbered Note 24. The volume of DoD contract awards during the previous 12 months will be considered for equitable distribution of work among A-E firms. 4. SU BMISSION REQUIREMENTS: See Government-wide Numbered Note 24 for general submittal requirements. Interested firms having the capabilities to perform this work must submit one copy of SF 255 (and a SF 254 of the prime firm and all consultants) to Mr. Jack Schaefer, U.S. Army Corps of Engineers, Tulsa District, 1645 South 101st East Avenue, Tulsa, Oklahoma 74128 no later than 4:30 p.m. on July 30, 2003. The SF 255 should specifically address the requirements of this announcement. Include in your submittal, a proposed organization chart for contract execution and a narrative description of how the organization will function. Responding firms are requested to clearly identify those tasks to be performed in-house and at what office, and those tasks to be subc ontracted and at what office. Specify the address of the office and key person that is assigned in Block 7C. Also, address your firm??????s approach to Contract/Project Management and Quality Control in Block 10 of the SF 255. Firms failing to respond t o these requirements may not be considered. No other notification is required. This is not a request for proposal (RFP). Personal visits to discuss this contract will not be scheduled. Questions should be addressed to Mr. Jack Schaefer, U.S. Army Corps of Engineers, Tulsa District, 1645 South 101st East Avenue, Tulsa, Oklahoma 74128. Solicitation/bid packages are not provided.
 
Place of Performance
Address: US Army Engineer District, Tulsa - Military ATTN: CESWT-CT, 1645 South 101st East Avenue Tulsa OK
Zip Code: 74128-4609
Country: US
 
Record
SN00357960-W 20030628/030626223007 (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.