Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2005 FBO #1228
SOURCES SOUGHT

C -- Hazardous Toxic Radioactive Waste (HTRW) Investigations and Remediation of Environmental Programs and Projects Managed by the St. Louis District, Corps of Engineers, Geospatial Engineering Branch, James A. Lamkins, (314)331-8368.

Notice Date
4/5/2005
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, St. Louis, ATTN: CEMVS-CT, 1222 Spruce Street, St. Louis, MO 63103-2833
 
ZIP Code
63103-2833
 
Solicitation Number
W912P9-05-R-0712
 
Response Due
5/5/2005
 
Archive Date
7/4/2005
 
Small Business Set-Aside
N/A
 
Description
This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications to accomplish the required work. Services of a quali fied A/E firm are sought for Hazardous, Toxic and Radioactive Waste (HTRW) investigations and remediation of environmental programs and projects managed by the St. Louis District, U.S. Army Corps of Engineers. One contract will be negotiated and awarded. The solicitation does not supersede contracts previously awarded for similar work by other Corps Districts. The contract will be cost-plus-fixed-fee (CPFF). The contract will be for a one, three year period, and a total contract amount of $6,000,000. W ork will be issued by individual task orders not to exceed the contract amount. The contract is anticipated to be awarded in August 2005. The announcement is open to all businesses regardless of size. If a large business is selected for this contract, i t must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for the St. Louis District for each contract are that (1) a minimum of 57.2% of the Contractor 's intended subcontract amount be placed with small businesses (SB), including (2) small disadvantaged businesses (SDB), 8.9%; (3) woman-owned small businesses (WOSB), 8.1%; (4) HUBZone small business, 3%; (5) service-disabled veteran-owned small business, 4%. The plan is not required with this submittal. 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, relative to the employees office location. Prior to 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. II. PROJECT INFORMATION: The contract will include services for Remedial Design Support, Administrative Record/Document Management, Data Management, Technical/Regulatory Integration, Confirmation of Remedial Actions, On-Site Laborat ory(ies), Environmental Decision Documentation, Environmental Monitoring & Radiological Support, Long Term Stewardship, and Project Controls necessary for the execution of the St. Louis District's HTRW program, a major part of which is the Formerly Used Si tes Remedial Action Program (FUSRAP). The FUSRAP sites contain low-level radioactive contaminated materials and may contain chemically contaminated materials from the processing of uranium for the Manhattan Engineer District and the Atomic Energy Commissi on. FUSRAP sites managed by the St. Louis District are located in and around the metropolitan St. Louis area and also include the Iowa Army Ammunition Plant in Burlington, Iowa. Additionally, the Government may, at its discretion and concurrence of the C ontractor request the Contractor to perform work in other geographical regions within the boundaries of the Mississippi Division and/or at sites assigned to the District. Additional HTRW and FUSRAP information is available on the District's website: www.m vs.usace.mil. III. SELECTION CRITERIA: The selection criteria are listed in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a. through e. are primary. Criteria f. through h. are secondary and will on ly be used as a tie-breaker, if necessary, among technically equal firms. a. Specialized Experience and Technical Competence: 1. Experience and demonstrated success in preparing environmental decision documents involving both chemical and radiological ris ks under the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA). 2. Environmental, Safety and Health support including radiological protection, industrial safety, environmental monitoring and reporting. 3. Demonstrated experience in the preparation and design of cost-effective remedial actions under CERCLA. 4. Demonstrated MULTI-AGENCY RADIATION SURVEY AND SITE INVESTIGATION MANUAL bas ed site characterization and verification experience involving low-level radioactive and chemical constituents. 5. Development and execution of MARSSIM based field sampling and analysis associated with site characterization, design/verification, risk asses sment and engineering during construction. 6.Experience with the management and operation of on-site radiological and wet chemistry laboratories and testing facilities. 7. Design services including design reviews, conceptual, up to and including detail ed plans and specification bid packages. Producing CADD drawings in a format fully compatible with the current version of Microstation. 8. Overall program support as required in project controls, quality assurance, administrative record/document managem ent, data management, generation of characterization/verification reports using GIS and 3D. 9. Management of cost reimbursable contracts, including an explanation of the firms cost accounting system. 10. Overall corporate success in providing United St ates Army Corps of Engineers (USACE) project support services in project controls, Quality Assurance, and administrative record documentation. 11. Demonstrated experience at implementing and executing information technology tools related to environmental project management. 12. Experience and demonstrated success in supporting environmental related community relations programs. b. Professional Qualifications: The board will evaluate the education, training, registration, certifications, overall and re levant experience, and key management and technical personnels longevity with the firm. Responding firms should demonstrate the professional qualifications in these primary disciplines which are listed in descending order of importance. List professiona l qualifications for the disciplines: environmental engineering, health physics, civil engineering, hydrogeology, regulatory specialist, chemistry, risk assessment and industrial hygiene. Other required engineering disciplines include: chemical process en gineering, geotechnical engineering, cost engineering, value engineering, mechanical engineering electrical engineering and water resource engineering. Other required disciplines include: geology, toxicology, ecology, and community relations. c. Past Pe rformance: Architect-Engineer Contract Administration Support System (ACASS) is the primary source of information on past performance. ACASS will be queried for all firms submitting a proposal. When deemed appropriate by the evaluation board, performanc e evaluations for any significant subcontractors who have previously been prime A-E contractors may also be considered, but the board is not required to seek other information on the past performance of a firm if none is available from ACASS. The board wi ll consider the relevancy of each performance evaluation to the proposed contract, including the type of work, performing office, when the work was performed and whether subsequent evaluations indicate a change in a firm's performance. A firm that has ear ned excellent evaluations on recent DOD A-E contracts for similar projects will be ranked relatively high on past performance. d. Capacity to Accomplish the Work: The board will consider a firm's experience with similar size projects, the available capa city of key disciplines, the current workload and the number of subcontractors when evaluating the capacity of a firm to perform the work within the required timeframe. e. Knowledge of the Locality: Specific knowledge of the local conditions in and arou nd the St. Louis Metropolitan Area to include geological features, local construction methods, local laws and regulations. f. SB and SDB Participation: Exten t of participation of small 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. g. Geographic Proximity: Location of the firm in the general geographical area of the St. Louis Metropolitan Area. h. Equitable Distribution of DOD Contracts: Volume of DOD contract awards in the last 12 months. IV. SUBMISSION REQUIREMENTS: Interest ed firms having capabilities to perform this work must submit three copies of completed SF 330 to, Attn: Jim Lamkins, CEMVS-ED-S, 1222 Spruce Street, St. Louis, Mo. 63103-2833 not later than the close of business on the 30th day after the date of this anno uncement. If the 30th day is a Saturday, Sunday or Federal holiday, the deadline is the close of business of the next business day. Include the firm's ACASS number in Block 9. For ACASS information, call 503-808-4590. In Section H: A project specific d esign quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Indicate the estimated percentage involvement of each firm on the proposed team; include an organization chart of the key personnel to be assigned to the project. No other notification to firms under consideration for this work will be made. Solicitation packages are not provided. This is not a Request For Proposal (RFP).
 
Place of Performance
Address: US Army Engineer District, St. Louis ATTN: CEMVS-CT, 1222 Spruce Street St. Louis MO
Zip Code: 63103-2833
Country: US
 
Record
SN00782163-W 20050407/050405212518 (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.