Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2004 FBO #0913
SOLICITATION NOTICE

C -- Indefinite Delivery Contract M-600 (MONMOUTH) 8(a) Competititve(NY/NJ) for Primarily Environmental Engineering Services within USACE locations NAD/MSC Boundaries, primarily NYD Boundaries, with the primary effort within Ft. Monmouth boundaries

Notice Date
5/25/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
FEDBIZOPS-04-146-004
 
Response Due
6/23/2004
 
Archive Date
8/22/2004
 
Point of Contact
Ina.Joyce.Ohrwashel, 212-264-0154
 
E-Mail Address
Email your questions to US Army Engineer District, New York
(Ina.J.Ohrwashel@nan02.usace.army.mil)
 
Small Business Set-Aside
8a Competitive
 
Description
1. CONTRACT INFORMATION: This contract is being procured in accordance with the EFARS 19.800(b), Architect-Engineering services obtained through the 8(a) Program using Competitive procedures. The number one (1) ranked firm will be selected for n egotiation based on demonstrated competence and qualifications for the required work. The services will consist of primarily Environmental Engineering (both design & review). Other required services are Architecture, Mechanical, Electrical, Civil, and Cost Engineering. Geotechnical and topography survey support is also required. One (1) A/E firm will be selected from this announcement. One (1) Indefinite delivery contract will be negotiated and awarded, with a base period of up to 12-months and two option periods of up to 12 months each. The contract amount (base period plus two option periods) will not exceed $3,000,000 and will not exceed $1,000,000 per period. Individual task orders will not exceed $1,000,000. This contract will include an option for two (2) additional periods under the same terms and conditions as the basic contract. The Government has the right to exercise the option period after the monetary limit is reached for the base period and prior to the expiration of the time period (365 calendar days). Within this period of time (from the time the option is exerc ised up until the 365 calendar days is exhausted), all negotiated task orders should use the labor rates from the base period, until the 365 calendar days expire. After the 365 calendar days expire, the negotiated rates for the option period can be used. The Government??????s obligation is to guarantee a minimum amount of payment of $ 20,000 for the base period and $ 10,000 for the option period. The approximate award date of the contract is November 2004. The wages and benefits of service employees (see Far 22.10) performing under this contract must be 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 of the location of the work). To be eligibl e for a contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. The firm shoul d indicate a DUNNS# and a CAGE code # in Block 1 of the SF254. 2. PROJECT INFORMATION: Environmental Engineering services: A/E services will entail mainly environmental engineering and other supplementary AE services. AE will perform environmental engineering relating to hazardous waste sites, asbestos and lead abatement, cultural and natur al resources. The AE must have technical capability of performing Engineering services for solid waste management projects, remediation of contaminated sites, environmental design and cleanup under RCRA and CIRCLA, water quality assessment, clean water pro jects, clean air related work and pollution prevention work, Underground Storage Tank System Design, Emergency Planning and Community Right-to-Know Act, Federal Consistency Applications under the Coastal Area Facility Review Act (CAFRA), Tidelands Conveyan ce License Applications, Wetland Delineations . In addition A/E will perform necessary work related to environmental permitting, management plans, studies, reports and surveys as required for Fort Monmouth. AE must be able to prepare environmental asses sments and environmental impact statements. AE also must be capable of preparing cost estimates and provide construction services. All environmental projects will be designed in conformance with USACE/local government EPA regulations and DOD design standards. Topographic surveys and subsurface explorations may be included. Referenced activities would also be available to us for supporting our regional customers. Other required services: Mech anical Engineering, Electrical Engineering, Civil Engineering, Cost Engineering, geotechnical engineering and Architects. 3. SELECTION CRITERIA: The selection criteria for this contract are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a through e are primary. Criteria f through g are secondary and will only be used as ??????tie -breakers?????? among firms that are essentially technically equal. Primary Selection criteria: a. Specialized experience and technical competence: 1. The firm must identify two Licensed Environmental Engineers, Geotechnical Specialist, Certified Industrial Hygienist for this contract. And have working knowledge with Unified Facilities Criteria (UFC) 3-600-01, dated 17 April 2003. 2. Major projects require the services and review of qualified environmental Engineers. 3. Qualified environmental engineers are required for projects, which involve design, review, and clean up of HTW. 4. Produce quality designs based on evaluation of a firm's design quality management plan (DQMP). The evaluation will consider the management approach, coordination of disciplines and subcontractors, quality control procedures, and experience of the prime firm and any significant subcontractors on similar projects. 5. Indicate their ability to use Dr. Checks review system. 6. Production of drawings in CADD, compatible with the DPW??????s Intergraph system, version 8 7. Specifications and design analyses to be prepared using the latest version of MS Word. 8. Plans and Specifications in Electronic Bid Solicitation (EBS) format. 9. Specification sections to be provided in Portable Document Format, (.pdf) 10. Contract Design files to be provided in Continuous Acquisition and Life-Cycle Support format, (.cal). 11. Cost estimates to be accomplished in the latest version of M-CACES. b. Qualified personnel in the following key disciplines: 1. Licensed Environmental Engineers (see below for qualifications) 2. Licensed Electrical Engineers 3. Licensed Mechanical Engineering 4. Licensed Civil Engineers 5. Registered Architects 6. Certified Cost Engineers 7. Geotechnical Engineer The evaluations will consider education, training, registration, voluntary certificates, overall and relevant experience, and longevity with the firm. Environmental Engineers: i) A registered professional engineer (P.E.) having a Bachelor of Science or Master of Science Degree in Environmental Engineering, from an accredited university engineering program, plus a minimum of 5 years?????? work experience in environmental engi neering field. ii) A registered professional engineer (P.E.) in a related engineering discipline (chemical or sanitary engineering) with a minimum of 5 years experience, dedicated to environmental engineering that can be verified with documentation. c. Past performance on DoD and other contracts with respect to quality of work, cost control, and compliance with performance schedules, as determined by ACASS and other sources. d. Capacity to perform approximately $ 1,000,000 in work of the required type in a one-year period. The evaluation will consider the availability of an adequate number of personnel in key disciplines. e. Knowledge of the locality of Ft. Monmouth and the general geographical area of the NY District boundaries provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Secondary Selection criteria: f. Extent of participation of Small business, Veteran-owned small business, service-disabled small business, HUBZONE small business, small disadvantaged small business and woman-owned small business and minority institutions in the proposed contract team , measured as a percentage of the total estimated effort. g. Geographic Proximity to Ft. Monm outh boundaries. h. Volume of work previously awarded to the firm by the Department of Defense, with the object of effecting an equitable distribution among qualified A/E firms, including small business, Veteran-owned small business, service-disabled small business, HUBZON E small business, small disadvantaged small business and woman-owned small business and minority institutions, and firms that have not had prior DoD contracts. 4. SUBMISSION REQUIREMENTS: Interested PRIME firms having the capabilities to perform these services must submit three (3) copies of a comprehensive SF 255 (11/92 edition), which includes all sub-consultants information. Each sub-consultant should only provide 3 copies of their SF25 4 (11/92 edition). The SF 255 (11/92 edition) and SF254 (11/92 edition) can be obtained from the website GSA.gov. Inside the website, go to the bottom of the page and click on Key Topics. Click on Federal Forms. Under Select Form Type, click on Standar d Forms. Continue down the list to SF 254 & SF255. The forms can downloaded into a .pdf file type. Submit the completed SF255??????s and SF 254??????s to US Army Corps of Engineers, NY District, 26 Federal Plaza, New York, NY, 10278, Room 2037. Attn: Ms . Maureen Smith, CENAN EN M. 212-264-9104. Submittals will not be accepted after 5:00 pm on the original response date shown in the FedBizOps. If this synopsis is published on or after 08 June 2004, A-E firms will be required to submit Form SF 330 inst ead of SF 254 & SF 255. The SF 330 can be found on the following GSA website http://www.gsa.gov/Portal/gsa/ep/home.do?tabId=0 For Technical questions contact Perry Pang 212-264-9095. The SF255 shall not exceed 100 pages. For the entire submittal, use type 12 font or larger. Include the firm??????s ACASS number in SF255 , Block 3b. For ACASS information, call (503) 808-4590. F or prime firm??????s not having full in house capability must demonstrate how they will manage subcontractors and insure quality control in Block 10 of SF255. The prime firm should indicate a successful quality control plan and integration of all design disciplines in Block 10 of SF 255. Include an Organizational chart of the key personnel to be assigned the contract (this counts toward the 100 page total). Facsimile transmissions will not be accepted. The Release of information on firm selection shall be in accordance with EFAR 36.607
 
Place of Performance
Address: US Army Engineer District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
Country: US
 
Record
SN00592208-W 20040527/040525212351 (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.