Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2005 FBO #1244
SOLICITATION NOTICE

C -- Remedial Action Contract 2

Notice Date
4/21/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Contracts Section, 10th Floor 77 West Jackson Blvd Chicago, IL 60604
 
ZIP Code
60604
 
Solicitation Number
PR-R5-05-10037
 
Response Due
5/13/2005
 
Archive Date
6/12/2006
 
Point of Contact
TAWANDA L. THOMAS, Contract Specialist, Phone: (312) 886-5948, E-Mail: thomas.tawanda@epa.gov
 
E-Mail Address
TAWANDA L. THOMAS
(thomas.tawanda@epa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The RACs 2 contracts will consist of professional architect/engineer, technical and management services in support of Region 5's remedial response, enforcement oversight and on-time critical removal activities at sites of release or threatened release of hazardous substances. These services will be provided within EPAs Region 5 (IL, IN, MI, MN, OH, WI) and on occasion in other EPA regions. This will be a cost plus award fee, level of effort contract with an estimated possible contract value of $362,000,000. Two contracts are anticipated to be awarded an unrestricted (PR-R5-05-10045) and a small business set-aside (PR-R5-05-10037). The NAICS code 562910 which has a small business size standard of 500 employees. The SF-330 Architect-Engineer Qualifications is due by May 13, 2005. Additional information, is posted on EPA?s acquisition site http://www.epa.gov/racs2 The contract specialist for the Small Business Set-Aside (PR-R5-05-10037) procurement is Tawanda Thomas, she can be reached at thomas.tawanda@epa.gov. The contract specialist for the full and open (PR-R5-05-10045) procurement is Kimberly Bishop, she can be reached at bishop.kimberly@epa.gov. The Placement Contracting Officer for these procurements is David Alberts, he can be reached at alberts.david@epa.gov. SF330/PROPOSAL INSTRUCTIONS Total Government Requirement (a) The EPAs Region 5 estimated RAC2s requirement, if split evenly between the two contracts - the full and open (PR-R5-05-10045) and the small business set-aside (PR-R5-05-10037) would result in two equal contracts reaching the requirement limits exactly. For proposal purposes, offerors should assume that this contract represents more than ? of the Agencys regional requirement. (b) This will allow the Government to respond to unexpected but potential: | Regional crossovers | Contractors ineligibility to perform work (e.g., due to conflicts of interest) | Contractors inferior past performance (c) Though EPA does not specifically anticipate such needs, it reserves the right to issue work assignments under this contract in excess of half of the Agencys regional requirement. In no event will the value of the total work assignments issued under this contract exceed the maximum contract value as stated in clause B.2, entitled Estimated Cost, Base Fee and Award Fee. General Proposal Instructions For this procurement, EPA requires offerors to organize their information in the SF 330 and any additional documentation, as described below. EPA will evaluate offerors SF 330s and additional documentation on the five evaluation criteria listed below. Offerors should submit 10 hard-copies and one electronic copy (on disc in a word perfect, MS Word or PDF Format) of their SF 330s. If documents are submitted utilizing Portable Document Format (PDF) offerors shall follow the conventions described under the accessability guidelines which are described in the authoring tools section of Acrobat Reader. For more information on this guidance, please visit www.section508.gov. Following EPAs review of the SF 330 and supporting documentation, EPA will develop a short list of the most highly rated firms. Short-listed firms will be referred to as selected firms. Selected firms will be invited to participate in oral presentations. The specific details on the oral presentations will only be provided to the selected firms. Oral presentations will address and augment evaluation criteria 3 and 4. No specific evaluation points are assigned to the oral presentations. Selected offerors should be aware that their overall scores depend on both written submissions and their oral presentations. Following oral presentations the proposals will then be ranked with the most highly rated firm ranked first. The source selection authority will make the final selection from among those firms. The final firm will then be asked to submit: Conflict of Interest Plan Quality Management Plan Representations and Certifications Cost Proposal Instructions for the preparation for each of these submissions will only be provided to the firm with whom EPA intends to conduct negotiations. Specific Proposal Instructions Complete the SF 330 in accordance with the instructions provided on the SF 330 and the additional instructions below. Provide only one complete submission (10 hard-copies and 1 electronic copy) per team. For all SF330 sections, use no smaller than 10 point font. When using SF330 forms, adhere to all margins presented in the forms except where noted in the additional instructions below. These instructions provide page limitations in terms of single-sided pages. If offerors desire to print double-sided pages, they must halve the page requirements. For example, if a section requires four single-sided pages, offerors may provide two double-sided pages instead. Headers and footers that do not alter the margins are allowed for page numbers, logos, disclaimers, and other non-proposal/formatting functions. If your firm chooses to propose as a joint venture, you must provide the joint venture point of contact for the EPA contract. Both joint venture partners are held responsible for contract performance. (As opposed to conventional prime-sub arrangements in which the prime contractor is responsible for all performance on the contract.) Section C Complete in accordance with the instructions provided on the SF 330 and these additional instructions: There is no limit to the number of team members that offerors may propose. Section E Complete in accordance with the SF 330 instructions and these additional instructions: EPA will accept resumes for key personnel only. Each resume is limited to two pages (single-sided). Page one is the Section E form page, which may be modified as follows: Offerors can expand Section 19 (relevant projects) to allow three rather than five projects on that page. If that is done, a second page is allowed for up to two additional projects. Offerors shall follow the numbering and content of the Section E form. Offerors may use up to 2 pages for Section E and may expand it to fill those 2 pages as they feel appropriate. Offerors shall submit, at a minimum, the information specified for the two required key personnel (Program Manager and Financial Manager). Offerors are further encouraged to propose up to an additional 8 key personnel whom they may find appropriate and beneficial for this requirement. The maximum number of key personnel that offerors may propose is 10: 2 required and 8 optional. Section F Complete in accordance with the SF 330 instructions and these additional instructions: Offerors shall list up to 20 projects on which team members have worked. Each project must have been similar in size and scope to this statement of work, which is located on the website: http://www.epa.gov/racs2. ?Similar in size? means, for each project: RI/FS = range of at least $1 million RD = range of at least $250,000 to $500,000 RA = range of $1 million - $50 million and up ?Similar in scope? means projects focusing on these work areas: enforcement/oversight, remedial investigation/feasibility study; or remedial design/remedial action. All projects submitted must be either (a) completed within the last 3 years, or; (b) ongoing and in existence for at least 6 months. For this small business set-aside solicitation, at least 5 of the submitted projects should be work done by the prime contractor. Offerors may, if they desire, describe any quality awards or certifications that indicate they possess a high-quality process for developing and producing the product or service required. Such awards or certifications include, for example, the Malcolm Baldrige quality award, other government quality awards, and private sector awards or certifications. Identify the segment of the company which received the award or certification. Describe when the award or certification was bestowed. If the award or certification is over three years old, present evidence that the qualifications still apply. Offerors shall use one Section F form (single-sided) per project. Use the Section F form as provided in the SF330. Do not modify the form except as allowed in these instructions. Section G Complete in accordance with the SF 330 instructions and these additional instructions: Complete only for key personnel. Offerors shall extend Block 28 to allow for up to 20 projects. Section H Complete in accordance with the SF 330 instructions and these additional instructions: Offerors shall discuss their team?s management approach and ability and the ability to maintain staff in the region as described in the evaluation criteria. The narrative shall be limited to 8 (single sided) pages, 8 ? x 11 , with no less than 1 margins (top, bottom, left, right), and no less than 10 point font size. The submission may contain text, pictures, overheads, charts and graphs. Any charts, graphics, tables, et cetera, if provided, are included within the 8 (single-sided) pages. All offerors may provide an attachment to this section presenting additional evidence of their commitment to utilizing small businesses/small disadvantaged businesses including any proposal to participate in the Agency?s mentor protege program. Goals set for utilizing SB/SDBs should also be included when the firm indicates that they have met or exceeded goals under a particular contract. This attachment is limited to three (single-sided) pages, 8 ? x 11 , with no less than 1 margins (top, bottom, left, right), and no less than 10 point font size. Additional Attachments 1. Offerors shall include a separate attachment to the SF 330 describing the (a) number, (b) location of offices currently in the region and (c) the number of personnel by discipline located in the region. There is no page limitation to this attachment; however, offerors are strictly limited to the content described in (a) - (c) only. This information will be considered in evaluation factors 4 and 5. 2. If the full statement of work cannot be performed by the firm?s existing personnel and facilities located entirely within the region, the firm shall clearly demonstrate how resources outside of the region will be accessed over the period of performance of the contract. An attachment is allowed to discuss this issue. It is limited to four (single-sided) pages, 8 ? x 11 , with no less than 1 margins (top, bottom, left, right), and no less than 10 point font size. This will be considered in evaluation factors 4 and 5. EVALUATION CRITERIA 1. Professional Qualifications (as presented in sections E, G, H, and Part II of firms SF 330's) 1.1 Management Personnel: Education level and focus of degrees or programs completed that affect the firms ability to successfully perform the statement of work Technical, management, and financial experience and skills-- breadth, depth, and recentness of relevant experience that affect the firms ability to successfully perform the statement of work 1.2 Technical Personnel: Education - level and focus of degrees or programs completed that affect the firms ability to successfully perform the statement of work Technical and management experience --breadth, depth, and recentness of relevant experience that affect the firm?s ability to successfully perform the statement of work ? Certifications or licenses in the proposed statement of work areas that affect the firm?s ability to successfully perform the statement of work 2. Past Performance (as addressed by past performance references). EPA is not limited to the past performance references submitted by the offeror. EPA may seek information for this criterion from the offeror?s clients it identifies through other means. Reported levels of performance on previous similar projects in the areas of: 2.1 Quality of service, 2.2 Timeliness, 2.3 Cost control, and 2.4 Business Relations 3. Technical and Management Experience and Competence (as presented in sections E, F, G, H and Part II of firms? SF 330S; plus short-listed firms? oral presentations. [See Attachment 3 for definition of ?short-listed.?]) 3.1 Expertise and competence with CERCLA, other applicable or relevant requirements, and EPA guidance and policy pertaining to the various elements of the statement of work. 3.2 Expertise and competence responding to changed site conditions. 3.3 Expertise and competence in design and implementation of complex ecological/human health risk assessments in accordance with Superfund and recent Agency guidance. 3.4 Expertise and competence in land re-use projects involving contaminated properties. 3.5 Knowledge of unique regional attributes, such as socioeconomic, environmental, etc. 3.6 Expertise and competence in developing innovative technical and management approaches, tools and technologies that minimize costs and streamline schedules. 3.7 Expertise and competence in coordinating multiple stakeholders on various projects. 3.8 Expertise and competence in successful management techniques and approaches. 4. Capacity to Accomplish the Work in the Required Time (as presented in Section H and Part II of firms? SF 330's; Additional Attachments 1 and 2; and short-listed firms? oral presentations.) 4.1 Taking into consideration current and projected workload commitments, the firm?s ability to provide available, experienced and fully trained personnel at the skill levels, disciplines, and quantities to perform the stated volume of work. 4.2 Offeror?s commitment to utilizing small business firms, including participation in the Agency?s mentor-protege program. [Not applicable to the small business set-aside] 5. Location: Ability to maintain appropriate office and staff presence in Region 5. (As presented in Additional Attachments A and B) Response Scenario/Oral Presentations (For short-listed firms only?as presented in firms? oral presentations.) Understanding of CERCLA, other applicable or relevant and appropriate requirements, and EPA guidance and policy pertaining to the various elements of the response scenario. EVALUATION AND SCORING Offerors? qualifications and proposals will be evaluated and scored on a 100 point scale in the following way: 1. Professional Qualifications 30% 2. Past Performance 25% 3. Technical and Management Experience and Competence 25% 4. Capacity to Accomplish the Work in the Required Time 20% Location: Minimum requirement. Evaluated on a pass/fail basis. Response Scenario/Oral Presentation: Applies to criteria 3 and 4. Does not get a separate score. PAST PERFORMANCE INFORMATION (a) Offerors shall submit the information requested below as part of their SF-330 submission for both the offeror and any proposed subcontractors for subcontracts expected to exceed $10,000. The information may be submitted prior to the SF-330 deadline in order to assist the Government in reducing the evaluation period. (b) Offerors shall submit a list of all or at least three (3) contracts and subcontracts completed in the last three (3) years, and all contracts and subcontracts currently in process, which are similar in nature to this requirement. (1) The contracts and subcontracts listed may include those entered into with Federal, State and local governments, and commercial businesses, which are of similar scope, magnitude, relevance, and complexity to the requirement which is described in the Statement of Work. Include the following information for each contract and subcontract listed: (a) Name of contracting activity. (b) Contract number. (c) Contract title. (d) Contract type. (e) Brief description of contract or subcontract and relevance to this requirement. (f) Total contract value. (g) Period of performance. (h) Contracting officer, telephone number, and E-mail address (if available). (i) Program manager/project officer, telephone number, and E-mail address (if available). (j) Administrative Contracting officer, if different from (h)above, telephone number, and E-mail address (if available). (k) List of subcontractors (if applicable). (l) Compliance with subcontracting plan goals for all small business concerns, monetary targets for small business participation, and the notifications submitted under FAR 19.1202-4 (b), if applicable. (c) Offerors should not provide general information on their performance on the identified contracts and subcontracts. General performance information will be obtained from the references. (1) Offerors may provide information on problems encountered and corrective actions taken on the identified contracts and subcontracts. (2) References that may be contacted by the Government include the contracting officer, program manager/project officer, or the administrative contracting officer identified above. (3) If no response is received from a reference, the Government will make an attempt to contact another reference identified by the offeror, to contact a reference not identified by the offeror, or to complete the evaluation with those references who responded. The Government shall consider the information provided by the references, and may also consider information obtained from other sources, when evaluating an offeror's past performance. (4) Attempts to obtain responses from references will generally not go beyond two telephonic messages and/or written requests from the Government, unless otherwise stated in the solicitation. The Government is not obligated to contact all of the references identified by the offeror. (d) If negative feedback is received from an offeror's reference, the Government will compare the negative response to the responses from the offeror's other references to note differences. A score will be assigned appropriately to the offeror based on the information. The offeror will be given the opportunity to address adverse past performance information obtained from references on which the offeror has not had a previous opportunity to comment, if that information makes a difference in the Government's decision to include the offeror in or exclude the offeror from the competitive range. Any past performance deficiency or significant weakness will be discussed with offerors in the competitive range during discussions. (e) Offerors must send Client Authorization Letters to each reference listed in their proposal to assist in the timely processing of the past performance evaluation. Offerors are encouraged to consolidate requests whenever possible (i.e., if the same reference has several contracts, send that reference a single notice citing all applicable contracts). Offerors may send Client Authorization Letters electronically to references with copies forwarded to the contracting officer. (1) If an offeror has no relevant past performance history, an offeror must affirmatively state that it possesses no relevant past performance history. (2) Client Authorization Letters should be mailed or E-mailed to individual references no later than five (5) working days after proposal submission. The offeror should forward a copy of the Client Authorization Letter to the contracting officer simultaneously with mailing to references. (f) Each offeror may describe any quality awards or certifications that indicate the offeror possesses a high-quality process for developing and producing the product or service required. Such awards or certifications include, for example, the Malcolm Baldrige Quality Award, other Government quality awards, and private sector awards or certifications. (1) Identify the segment of the company (one division or the entire company) which received the award or certification. (2) Describe when the award or certification was bestowed. If the award or certification is over three years old, present evidence that the qualifications still apply. (g) Past performance information will be used for both responsibility determinations and as an evaluation factor for award. The Past Performance Questionnaire will be used to collect information on an offeror's performance under existing and prior contracts and/or subcontracts for products or services similar in scope, magnitude, relevance, and complexity to this requirement in order to evaluate offerors consistent with the past performance evaluation factor set forth in the Evaluation Criteria. References other than those identified by the offeror may be contacted by the Government and used in the evaluation of the offeror's past performance. (h) Any information collected concerning an offeror's past performance will be maintained in the official contract file. (i) In accordance with FAR 15.305 (a) (2) (iv), offerors with no relevant past performance history, or for whom information on past performance is not available, will be evaluated neither favorably nor unfavorably on past performance. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (21-APR-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
The Environmental Protection Agency
(http://www.eps.gov/spg/EPA/OAM/MMC-10J/PR-R5-05-10037/listing.html)
 
Record
SN00793909-F 20050423/050421214326 (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.