Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2005 FBO #1269
MODIFICATION

R -- Professional Services for the Programs and Project Management Division of the Kansas City District.

Notice Date
5/16/2005
 
Notice Type
Modification
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-05-R-0040
 
Response Due
6/13/2005
 
Archive Date
8/12/2005
 
Small Business Set-Aside
Total Small Business
 
Description
NAICS Code: 541690, 541720, 541720 SIC Code: 8747, 8999, 8733, 8732 Business Size: 500 employees or $6,000,000.00 in receipts FSC Code: R499 PLEASE NOTE: NEW CCR REQUIREMENTS: Prior to bidding, vendors must be actively registered in the Central Contractor Registration (CCR) system, including creation of an MPIN number. Registration instructions may be obtained, and online registration may be accomplished, at www.ccr.gov. By submission of a bid, a bidder acknowledges the requirement to be registered in the CCR database prior to award; during performance; and through final payment of any contract resulting from the solicitation. Refer to CCR cla use #252.204-7004. Prospective contractors must be registered with CCR prior to contract of award. The CCR web page address is www.ccr.gov, or one may telephone 1-800-227-2423 for the Contractor Registration Assistant Center OFFEROR REPRESENTATIONS AND CER TIFICATIONS: Prior to bidding, vendors must complete online the Representations and Certifications. To do so requires CCR registration, including an MPIN number. Instructions may be obtained, and required information may be entered, at http://orca.bpn.gov. In order to receive quotations one must register on the Kansas City District web site. The web address is http://www.nwk.usace.army.mil/contract/contract.html. An Indefinite delivery contract for professional services for the Programs and Project Management Division of US Army Corps of Engineers Kansas City District will be negotiated and awarded. 1. Contract Information: Professional services, procured in accordance with PL 92-582 (Brooks AE Act) and FAR Part 36, are required to support environmental compliance activities assigned to the U.S. Army Corps of Engineers. An indefinite delivery contra ct will be negotiated and awarded. The total contract period will not exceed five years. The contract may consist of a base period not to exceed one year, with a maximum of four one-year option periods. Alternatively, the contract may consist of one fiv e-year contract period. The total amount of work will not exceed $10,000,000 per contract. Work will be issued by negotiated firm-fixed-price task orders. Award of the first contract is anticipated in third or fourth quarter of fiscal year (FY) 2005. The method used to allocate task orders among contracts will include consideration of experience and user needs, capacity to accomplish the order in the required timeframe, performance and quality of deliverables, and customer input or preference. Funds are not presently available for the contracts. This announcement is 100% total small business. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determine d relative to the employees office location (not the location of the work). To be eligible for contract award, a firm must be registered in the DOD Central Contractor Registration (CCR). Register via the CCR Internet site at http://ccr.edi.disa.mil or b y contacting the DOD Electronic Commerce Information Center at 1-800-334-3414. Task orders may be assigned for any work within the jurisdiction of the Kansas City District, Northwestern Division, or the U.S. Army Corps of Engineers in the Continental United States (CONUS), or outside the United States, (OCONUS) 2. Project Information. Projects may include, but not necessarily be limited to, the following types of tasks: multi-media environmental and occupational safety and health compliance audits/assessments and training; preparation of complete or partial Env ironment Impact Statements (EIS), Environmental Assessments (EA), Environmental Baseline Studies (EBS), Environmental inventories and related special studies documentation; cultural resources investigations; air emission inventories, permit applications, a nd conformity analyses; environ mental management and compliance documents under various environmental statutes (i.e., CAA, CWA, ESA, RCRA, CERCLA, OPA); storm water pollution prevention planning; pollution prevention opportunity assessments; and other scientific and technological invest igations related to environmental compliance to accomplish the mission and complete environmental assignments for the Kansas City District, U.S. Army Corps of Engineers Environmental sampling of various media (i.e., surface water, groundwater, surface and subsurface soils) would be conducted to support requested investigations, inventories, or assessments. 3. Selection Criteria. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a-e is primary. Criteria f is secondary and will only be used as a tiebreaker among te chnically equal firms. For this contract technical factors are more important than cost or price. (See FAR 15.101-1 tradeoffs). a. Specialized experience and technical competence in: (1) Developing, drafting and preparing all types of NEPA related documents and conducting consultations relating to the documents including public meetings (e.g. EA, EIS, biological assessments, cultural resource surveys, SHPO consultation) (2) Providing environmental management and compliance services to military commands and installations and other Federal facilities (3) Preparation of surveys and evaluation reports related to environmental compliance for military installations/facilities, other Federal facilities, and Corps civil works projects. (4) Preparation of Corps of Engineers and/or DoD environmental compliance documentation other than NEPA related (5) Preparing and presenting environmental training relating to environmental compliance activities (2) Quality management procedures. Describe the firms quality management procedures (address in Part I, Section H, Block 30 of the SF 330). The evaluation will consider quality control coordination between disciplines and subcontractors, quality control procedures (type and timing of reviews, reviewers, etc.). A detailed quality control plan is not required with this submission but will be required subsequent to award of a contract. b. Qualified professional personnel in the following key disciplines: biology, water quality, hazardous materials, environmental training, environmental management, pollution prevention, waste management, wetlands and floodplains, wildlife management, ar cheology, historic preservation, historic architecture, cultural resources, environmental and/or civil engineering, outdoor recreation, and GIS. . Qualifications of the project manager shall also be provided. The evaluation will consider education, regi stration, and overall and relevant experience. The submittal shall include a matrix showing experience of the proposed lead planners and designers on the projects listed in Part I, Section F of the SF 330. c. Experience in environmental compliance for military customers (installations, National Guard, Army Reserve) d. Experience in environmental compliance documentation supporting the Corps civil works program e. Capacity to initiate work and complete within the time parameters of the project. The evaluation will consider the availability of an adequate number of personnel in the following key disciplines: biology, water quality, hazardous materials, environme ntal management, environmental training, pollution prevention, waste management, wetlands and floodplains, wildlife management, archeology, historic preservation, historic architecture, cultural resources, environmental or civil engineering, outdoor recrea tion and GIS. The evaluation will look at numbers listed in the SF 330 to evaluate the specific team identified for the contract as well as the overall capacity of the team. f. Extent of participation of SB (including WOSB), SDB, historically black colleg es and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. 4. Submittal Requirements. Interested firms having the capabilities to perform this work must submit one SF 330 to the address listed below no later than close of business (4:00 PM Kansas City time) on June 13, 2005. Include the firm's ACASS number in the SF 330 Part II.2a. Each firm/consultant listed within Part I of the SF 330 must submit Part II of the form with this package. In the SF 330, Part I, Section F, cite whether the experience is that of the prime (or joint venture), consultant or an ind ividual. Work cited that is experience of the prime (or joint venture) from an office other than that identified in Block 21 shall be so labeled. In SF 330, Part I, Section H, Block 30, describe the firm's overall Quality Control Plan. A project specifi c Quality Control Plan must be prepared and approved by the government as a condition of contract award but is not required with this submission. In the same block, indicate the estimated percentage involvement of each firm on the proposed team. Solicita tion packages are not provided. This is not a request for proposal. Submit responses to: U.S. Army Engineer District, Kansas City ATTN: CENWK-CT-C/Gulledge 757 Federal Building 601 East 12th Street Kansas City, Missouri 64106-2896 5. Questions. Questions of a technical nature should be addressed to Dr. Christopher White at 816-983-3158, Christopher.m.white@nwk02.usace.army.mil and those of a contractual nature to Mr. Greg Gulledge at 816-983-3808 gregg.c.gulledge@nwk02.usace.army. mil
 
Place of Performance
Address: US Army Engineer District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
Country: US
 
Record
SN00808745-W 20050518/050516212126 (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.