Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 25, 2005 FBO #1276
SOLICITATION NOTICE

C -- Indefinite Delivery Contract (IDC) for Architect and Engineering (A-E) Services for the Mobile District, U.S. Army Corps Of Engineers to Provide Environmental Support to Military, Civil, and Federal Agencies.

Notice Date
5/23/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-05-R-0058
 
Response Due
7/7/2005
 
Archive Date
9/5/2005
 
Small Business Set-Aside
N/A
 
Description
POINT OF CONTACT FOR THIS ANNOUNCEMENT IS MR. GEORGE V. POIROUX. SUBMIT QUESTIONS TO FAX 251-694-3626. CONTRACT INFORMATION: A-E services are required for an IDC to provide environmental support to military, civil, and federal agencies. It includes professional services to support military and civil environmental programs for Army, Army Reserves, National G uard, other Department of Defense Services and other Federal Agencies. The contractor will be required to perform services at federal/military projects throughout the world, including the Continental United States, its territories, South and Central Americ a and other world nations. This announcement will result with at least seven (7) awards being made in a combination from a small-business set-aside, 8(a) competitive, and unrestricted basis. The unrestricted basis is open to all interested parties regardle ss of business size. The small business size standard is a maximum of $4 million of average annual receipts for its preceding 3 fiscal years. All firms responding to this solicitation MUST identify in which category. Firms should state the words (UNRESTRIC TED), (SMALL BUSINESS), or (8A) after the solicitation number in PART I, A, Block 3 of form SF 330. A separate response (SF 330) MUST be submitted for each category in which the firm wants consideration. It is the intent to award four (4) contracts from th e unrestricted selection, two (2) from the small-business set-aside, and one (1) from the 8(a). Only firms considered highly qualified will be awarded a contract. No one firm will receive more than one award. Contracts awarded will not exceed a term of fiv e (5) years. Rates will be negotiated for each 12-month period of the contract. Work under this contract to be subject to satisfactory negotiation of individual task orders, with the total IDC value not to exceed $6,000,000 over the life of the contract. S election of A-E firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. All interested A-E firms are reminded that, in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged firms. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. The target subcontracting goals for this contract are as follows: a minimum of 50.9% of the contractors intended subcontract amount be placed with small businesses, 8.8% be placed with small disadvantaged businesses, 7.2% be placed with women-owned small businesses, 2.9% be placed with HUB Zone small business, and 0.5% be placed with Service-Disabled Veteran-Owned Small Business. If a large business firm is selected for this contract, it will be required to submit a detailed subcontracting plan during contract negotiation. If the selected firm intends to submit a plan with lesser goals, it must submit written rationale in the plan why t he above goals cannot be met. A firm fixed price contract will be negotiated. The North American Industry Classification System (NAICS) code for this action is 541330. PROJECT INFORMATION: A-E Services provided under this contract will include, but are not limited to all types of environmental support for the following: Army Base Realignment and Closure (BRAC) and other Army Force Structure and Organizational Realignment, Privatization of Military utilities, Family Housing, Lodging and other facilities; Dep artment of Defense, U.S. Air Force, U.S. Navy, and U.S. Marine Corps projects; U.S. Army Corps of Engineers Federal military and civil works projects; all compliance and conformance issues; development and management of land, natural and cultural resources programs; study of contaminated sites; other w ater quality or water supply studies. It will include but not be limited to preparation of any of the following: All products associated with preparation of National Environmental Policy Act (NEPA) Documents; Integrated Natural Resource Management Plans; I ntegrated Cultural Resource Management Plans; Endangered Species Management Plans; Clean Water Act documentation and implementing guidance. Specific services include: scientific analyses and assessments of biological, ecological, cultural/ historic/ archit ectural, and archaeological resources at all study and survey levels, terrestrial and underwater; threatened and endangered species inventories; biological assessments; Section 7 of the Endangered Species Act consultation assistance; habitat evaluations; i dentification of current trends, cumulative effects, and projected land uses, including potential use and reuse alternatives; identification and evaluation of potential impact mitigation measures; economic evaluations; preparation of master plans for devel opment and management of military and civil facilities, including natural and cultural resources management planning; coordination with interested Federal, state and local agencies and organizations; preparation of public involvement plans and facilitation of public meetings; regulatory compliance; Geographic Information Systems and similar technologies and web based program management techniques. Additional services will include those activities required for the preparation of an Environmental Baseline Sur vey; support to real estate activities including leases, licenses and report of availability, preparation of Findings of Suitability to Transfer and/or Findings of Suitability to Lease, decision documents that incorporate all essential issues; the preparat ion of BRAC Clean-up Plans. 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 thru D are primary. Criterion E is secondary and will only be us ed as tie-breakers among technically equal firms. A. Professional Qualifications: The selected firm must have, either in-house or through consultants, the following disciplines: (1) Project Manager; (2) Environmental Engineer; (3) Biologist; (4) Ecologist; (5) Water Resource and Land-use Planners; (6) Cultural Resources Specialist; (7) Air Quality Specialist; (8) Traffic Specialist; (9) Socio-economist; (10) Real Property Master Planner; (11) Geologist; (12) Civil Engineer; (13) Industrial Hygienist; (14) C hemical Engineer; (15) Chemist. Registration is required for the: Environmental Engineer, Civil Engineer, and Chemical Engineer. Resumes contained in Standard Form (SF) 330, PART I, Section E, Page 3 shall be completed for each discipline. ROLE IN THIS CON TRACT, Block 13 under PART I, Section E must use the same discipline nomenclature as is listed in this announcement. If an individual will serve in more than one discipline then those disciplines shall be clearly indicated in Block 13, PART I, Section E. T he evaluation will consider education, training, registration, overall and relevant experience, and longevity with the firm. B. Specialized Experience and Technical Competence: (1) Demonstrated breadth, knowledge and experience of current U.S. Army, U.S. A rmy Corps of Engineers and other military and Federal agency policies, guidance, and regulations for preparation of all levels of NEPA documentation; (2) Knowledge and experience with implementation of Army BRAC NEPA actions and methodologies; (3) Experien ce with preparation of environmental documentation for the Armys force structure, training, and operations. (4) Knowledge and experience with Endangered Species Act, Clean Air and Water Acts, National Historic Preservation Act, Coastal Zone Management Act , and related Executive Orders; (5) Demonstrated experience in working environmental projects/issues with the following agencies and offices: Headquarters, Depa rtment of the Army; Army Base Realignment and Closure Division (BRACD); Army Installation Management Agency; Army Major Commands; Army Residential Communities Program Office; Army Environmental Center; Environmental Protection Agency; Presidents Council o n Environmental Quality; (6) In Block H of the SF 330 describe the firms quality management plan, including quality assurance process, project scheduling, coordination of the in-house work with consultants, and prior experience of the prime firm and any s ignificant consultant. C. Capacity to Accomplish the Work: The large business firm shall demonstrate the capacity to accomplish at least five (5) $500,000 individual task orders simultaneously. The small business, including the 8(a) firm, shall demonstrate the capacity to accomplish at least three (3) $500,000 individual task orders simultaneously. D. Past Performance: Past performance on Army and other DOD contracts with respect to cost control, quality of work, and compliance with performance schedules. E valuations will be based on established ACASS ratings and other credible documentation included in the SF 330. E. Small Business, Small Disadvantaged Business and Women-Owned Small Business Participation: Extent of participation of small businesses, small disadvantaged businesses, women-owned small businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. SUBMISSION REQUIREMENTS: Interested Archi tect-Engineer firms having the capabilities to perform this work are invited to submit one (1) completed paper copy of their SF 330 (Architect-Engineer Qualifications) for each category, (UNRESTRICTED, SMALL BUSINESS, 8A) they wish consideration, to U.S. A rmy Corps of Engineers, Mobile District, CESAM-EN-DW, ATTN: Mr. George V. Poiroux, 109 St. Joseph Street, Mobile, AL 36602. SF 330 6/2004 edition must be used, and may be obtained from the Government Printing Office or from the following web site: http://c ontacts.gsa.gov/webforms.nsf/22f268ed0a398629852569a4006ed7cc?OpenView&Start=30. All fonts shall be at least 10 or larger. Submittals must be received no later than 3:00 P.M. Central Time on 07 July 2005. Regulation requires that the Selection Board not co nsider any submittals received after this time and date. Late proposal rules in FAR 15.412 will be followed for submittals received after 3:00 P.M. Central Time on the closing date specified in this announcement. Include ACASS number in SF330 PART I, Secti on B, of Block 5. To obtain ACASS number, call the ACASS Center at 503-808-4591. A maximum of fifteen (15) projects including the prime and consultants, will be reviewed in PART I, Section F. Use no more than one page per project. It shall be noted that a task order executed under an Indefinite Delivery Contract is considered a Project. In Block G-26, along with the name, include the firm with whom the person is associated. Part I of the SF 330 form is limited to 75 pages. A Part II is required for each bra nch office of the Prime Firm and any Subcontractors that will have a key role in the proposed contract. This is not a request for proposal. Solicitation packages are not provided. The A-E Evaluation Board (Selection Board) is tentatively scheduled to comme nce on 11 July 2005. As required by acquisition regulations, interviews for the purpose of discussing prospective contractors' qualifications for the contract will be conducted only for those firms considered most highly qualified after submittal review by the selection board. Interviews will be conducted by telephone and will most likely occur the week of 11 July 2005. Phone calls to discuss the solicitation are discouraged unless absolutely necessary. Personal visits for the purpose of discussing this sol icitation are not allowed. To be eligible for contract award, a firm must be registered with the Central Contractor Registration database. For instructions on r egistering with the CCR, please see the CCR Web site at http://www.acq.osd.mil/ec. URL http://www.sam.usace.army.mil/ EMAIL cesam.plansroom@sam.usace.army.mil
 
Place of Performance
Address: US Army Engineer District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
Zip Code: 36628-0001
Country: US
 
Record
SN00813888-W 20050525/050523212212 (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.