Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2003 FBO #0722
MODIFICATION

C -- Indefinite Delivery Type Environmental Architect Engineering Service Contracts within the Great Lakes and Ohio River Division Mission Boundaries

Notice Date
11/17/2003
 
Notice Type
Modification
 
Contracting Office
US Army Corps of Engineers, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W22W9K-3295-6807
 
Response Due
12/15/2003
 
Archive Date
2/13/2004
 
Point of Contact
Lisa Frazier, 502-315-6207
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Louisville
(lisa.m.frazier@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA CORRECTION. THIS IS A CORRECTION TO A PREVIOUSLY SUBMITTED FEDBIZOPS ANNOUNCEMENT. Delete the description information from the previous announcement and replace with the following. 1. CONTRACT INFORMATION: The Louisville District intends to award up to three Indefinite Delivery Type contracts, each for a 3 year base period with options to extend each contract for an additional two years at the discretion of the Government. Each contr act will not exceed $15,000,000 including the option period. Task Orders typically range from $100,000 to $1,000,000. Firm fixed price Task Orders will be issued; not to exceed the contract amount. Contract award is anticipated on or about February 2004. S ome projects may require partnering with the selected firm which could require the selected A/E to attend an approximate one-day partnering meeting to define the Users expectations of the A/E, create a positive working atmosphere, encourage open communicat ion, and identify common goals. Significant emphasis will be placed on the AE's quality control procedures as the District will perform the quality assurance only on the project. The Government intends to award a second and third contract from this solicit ation within one year after the award of the first contract. The Contracting Officer will consider the following factors in deciding which contractor will be selected to negotiate an order: performance and quality of deliverables under the current contract , current capacity to accomplish the order in the required time, uniquely specialized experience, and equitable distribution of work among the contractors. The top ranked firm will be awarded the first contract. If necessary, secondary selection criteria ( e-h listed below) will be used as a tiebreaker among technically equal firms. Contracts awarded as a result of this announcement will be administered by the Louisville District for use on federal projects under its jurisdiction and, if requested, for other Corps of Engineers Districts within the Great Lakes and Ohio River Division. This is a competitive unrestricted procurement under NAICS Code 541330, open to participation by both large and small business to be eligible for contract award; a firm must be r egistered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov. For further questions and/or concerns please contact: CCR Assistance at (888) 277-2423 Monday thru Friday, 8:00 am to 6:00 pm, or Electron ic Commerce Information Center (ECIC) at (800) 334- 3414 Monday thru Friday, 8:00 am to 6:00 pm. This announcement is open to all firms regardless of size. If a large business is selected, they will be required to submit an acceptable Small Business Subcon tracting Plan, in accordance with FAR 19.7 prior to contract award. The subcontracting goals for the Louisville District with Small Business are 57.2%; including Small Disadvantage business of 8.9%, HUBZone Small Business are 3%, Women-Owned Small Business are 8.1%, and Service Disabled Veteran-Owned Small Business are 3.0%. 2. PROJECT INFORMATION: The work to be performed under this contract will be within the Great Lakes and Ohio River Division Mission Boundaries to support the Louisville District mission . The required services will consist of the following areas: CERCLA; RCRA; NEPA; Environmental Compliance Assessment; Air Quality/CAA; Pollution Prevention; Hazardous Materials Management; Historic Preservation; Archaeology and other state and federal envi ronmental regulations. Task Orders under this contract may include, but are not limited to, all aspects of CERCLA, RCRA and NEPA phases of studies and designs associated with environmental restoration. This includes Preliminary Assessments/ Site Inspection s (PA/SI), Remedial Investigations/Feasibility Studies (RI/FS), Engineering Evaluation/Cost Analysis (EE/CA) and Remedial Designs under CERCLA and the comparable studies and designs under RCRA. Other studies may include Environmen tal Baseline Surveys (EBS), Environmental Assessments (EA), Finding of Suitability to Transfer (FOST) and Finding of Suitability to Lease (FOSL). Other Task Orders may include property and claim ownership determinations (identification of past and current land owners, assessments of financial viability, research deed/lease agreements), historic and archaeological site surveys, preparation of community relations plans, participation in public meetings, preparation of work plans, sampling and analysis plans ( field sampling plan and quality assurance project plan), and health and safety plans (including ordnance and explosives avoidance plans), environmental permitt ing and regulatory program compliance. Task Orders may also include site characterization includ ing field investigations, chemical sampling and laboratory analysis, development of Conceptual Site Models (CSM), development of hydro geologic models, human health and ecological risk assessments, development of cleanup goals, preparation of environmental investigation documents, remediation investigation reports, aerial photography and site mapping, design, preparation of plans and specifications, management plans and/or specifications for lead and asbestos contaminated materials, project remediation cost estimates, remediation project bid package preparation, project construction phase services and project follow-up maintenance monitoring and operation optimization. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of impo rtance. Items (a) thru (d) are primary criteria and (e) thru (h) are secondary and will only be used as a tie-breaker among technically equal firms. (a) Professional Qualifications of the key management and technical personnel to include appropriate educat ion, training, registration/certification, overall and relevant experience and knowledge with design and selection of remediation technologies is required. The evaluation will consider education, training, registration, certifications, and relevant experie nce and longevity with the firm. Firms will be evaluated in terms of professional qualifications and technical competence in the type or work required as exhibited by evaluation of the firms staff with regard to experience and roles of staff members specif ically on projects addressed in selection criteria (b). Two resumes are required for the following personnel project assignments, at least one registered professional in each discipline: environmental engineer, geotechnical engineer, geologist, hydro geolo gist (PE or PG), chemist/chemical engineer and civil engineer. In addition, a resume for professionals qualified by education, training, certification and specialized experience is required in each of the following fields: project technical manager; certif ied industrial hygienist (CIH) accredited by the American Board of Industrial Hygiene (ABIH), hydrologist, hydraulic engineer, environmental law specialist, safety professionals, health physicists (for radiological projects), regulatory specialist, human h ealth and ecological risk assessment specialist, archaeologist, wildlife and aquatic biologist, cost estimator. Firms must have state licensing for professionals, trade certification and licenses as required for projects located in Kentucky, Illinois, Indi ana Ohio, Michigan and Tennessee. The states of registration and certification of each team member must be included in each resume in Block 7 of SF255. Block 7 may also include a matrix that displays the discipline, degree, years of experience, state(s) of registration/certification in each of the specialized experience categories for each person on the proposed team. (b) Specialized Experience and technical competence of the firm and proposed team (including consultants) in the expected activities identifi ed above, to include experience in: performance of environmental studies and designs conducted under CERCLA and RCRA regulations as well as appropriate state re gulations. Additionally, firms must have expertise in human health and ecological risk assessment, cost engineering, hydrogeology, Ordnance and explosives (OE), unexploded ordnance (UXO), chemical warfare munitions (CWM), environmental statistics, NEPA reg ulations, hydrology, GIS and CADD. Those projects conducted under the following regulatory authorities will be rated more favorably: EPA Region 5, EPA Region 4, State EPA authorities for Illinois, Kentucky, Indiana, Michigan and Ohio. Other project charact eristics that will be rated more favorably include: chlorinated solvents in soil and groundwater; explosives contaminat ion in soil and groundwater; karst hydrogeology; NIKE sites; monitored natural attenuation; land use control plan implementation, IRP si tes, FUDS sites and BRAC sites, projects utilizing the Louisville Chemistry Guide protocols for chemical laboratory analysis and data validation. In addition, a brief Design Quality Management Plan including an explanation of the firms management approach , management of subcontractors (if applicable), quality control procedures, firms procedures to insure that internal resources are not over committed, and an organizational chart showing the inter-relationship of management and various team components (inc luding subcontractors) must be included in paragraph 10 of the SF255. In Block 10 also indicate the estimated percentage of involvement of each firm on the proposed team. (c) Capacity to perform concurrent multiple task orders and sufficient staffing and/o r team to accomplish same. Resumes for at least two personnel in each of the following areas must be submitted: environmental engineer, geotechnical engineer, geologist, hydro geologist (PE or PG), chemist/chemical engineer and civil engineer. (d) Past per formance with respect to cost control, quality of work compliance with performance schedules on DOD and non-DOD contracts. Firms must list POC names and phone numbers for each project shown in Block 8. (e) Superior performance evaluations on recently compl eted DoD contracts; (f) Knowledge of the locality of the project, to include knowledge of local conditions and local codes. (g) Volume of DoD contract awards in the last twelve months listed in Block 9 of the SF 255 ; (h) Extent of the participation of sma ll businesses (including women-owned), 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. 4. SUBMITTAL REQUIREMENTS: Firms which are interested and meet the requirements described in this announcement are invited to submit ONE (1) completed copy of SF255 (Revision 11/92) for prime and ONE (1) copy of SF254 (Revision 11/92) for prime and each consultant to the above addr ess not later than 4:30 pm local time on the 40th calendar day after the date of this publication to be considered for selection. The day following this Federal Business Opportunities publication counts as day number 1. If the 40th day falls on Saturday, S unday or a U.S. Government holiday, the deadline is the close of business on the next Government business day. Block 3b of SF255 must include the ACASS number for the prime contractors primary performing office proposed for t he function. Also, the busines s size status (large, small, and/or minority) should be indicated in SF 255, Block 3b. To receive information to obtain an ACASS number, call (503) 808-4591. Submittals must be addressed as follows: U.S. Army Corps of Engineers, Louisville District, CEORL- CT-P, ATTN: Lisa Frazier, Room 821, 600 Dr. Martin Luther King Jr. Place, Louisville, KY 40202-2230. Any firm with an electronic mailbox responding to this solicitation should identify such address in the SF255. Release of firm status will occur within 10 days after approval of any selection. Administrative and procedural questions shall be directed to Lisa Frazier at (502) 315-6207. ELECTRONIC OR FAXED SUBMITTAL S WILL NOT BE ACCEPTED. Block 8 must be limited to 10 projects and a total of 20 pages (single sided or 10 pages double sided). The projects presented should not be more than 10 years old. All projects presented in Block 8 beyond the first 10 and all pages beyond 20 will be discarded and not considered. SF255 Block 10 MUST NOT EXCEED 20 PAGES (single sided or 10 pages double sided). All pages over 20 will be discarded and not considered. Cover letters and extraneous materials (Brochures, etc.) are NOT desir ed and will not be considered. This is NOT a request for a proposal. Solicitation packages are not provided for A/E contracts.
 
Place of Performance
Address: US Army Corps of Engineers, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
Country: US
 
Record
SN00471402-W 20031119/031117212222 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.