Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 04, 2005 FBO #1469
SOLICITATION NOTICE

C--C -- Indefinite Delivery Contracts for Environmental hazardous Toxic Radiological Waste (HTRW) Architecture Engineer Services  Point of Contact: Sheila R. Garrett, 817-886-1058

Notice Date
12/2/2005
 
Notice Type
Solicitation Notice
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-06-R-0014
 
Response Due
1/10/2006
 
Archive Date
3/11/2006
 
Small Business Set-Aside
N/A
 
Description
1.0 - CONTRACT INFORMATION These contracts are 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 of the required work. The proposed contracts are for environmental architecture and engineering design services, including Hazardous Toxic and Radiological Waste (HTRW) related requirements that potentially include, but are not limited to any or all of the following: remedial investigations; Resource Conservation and Recovery Act (RCRA), facility investigations; investigation and design relative to Underground Storage Tank (UST) compliance; feasibility/corrective measures studies; treatability studies; preparation of documents for submission to Federal, state and local agencies; pilot scale studies; engineering evaluations and cost analyses; general investigation and design activities in support of Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), RCRA, or other regulatory compliance; support via environmental studies/plans regarding various environmental compliance regulations including but not limited to asbestos, lead base paint, and the Munitions Rule; support via environmental studies or docume ntation of lease or transfer of government real property, records searches, oversight of field operations; construction management support, human and ecological risk assessments and other engineering studies and reports; community relations; engineering de sign and drafting; planning; research; surveying and mapping; Geophysical Information System (GIS) modeling; inspections; shop drawing review; and other construction documents for a variety of hazardous waste and environmental type projects. Materials and sites to be investigated may contain asbestos, lead based paint Chlorofluorocarbons (CFC), radiological wastes, UST's, Ordnance and Explosives (OE), or any other related HTRW/environmental material on potentially contaminated sites. Some wor k may require attending public meetings, and coordinating with Federal, state, and local regulatory agencies. Services during construction activities may also be required. These services may be performed for support for all elements of the investigation, analysis, planning, pre-design, design, estimating, and construction phase services for military installations; Corps of Engineers civil works projects, and other Federal agencies. Certain aspects of the work required (dependent upon each task order) sha ll be done by or under the direct supervision of licensed professional Engineers. The North American Industrial Classification System (NAICS) Code applicable to this project is 541620, Environmental Consulting Services, which has a size standard of $6,000,000 in average annual receipts and corresponds to SIC Code 8999. The initial cont ract is anticipated to be awarded in the first quarter of 2006. Up to five contracts may be awarded from this announcement. The contracts solicited on a 100% unrestricted basis. If a large business is selected for award under this synopsis it must comply with FAR 52.219-9 regarding the requirement for subcontracting plan for that part of the work in which the business intends to subcontract. The subcontracting goals for the Fort Worth District which will be considered in the negotiation of this contract ar e as follows: (1) at lease 51.2% of the total dollars subcontracted be placed with Small businesses (SB); (2) at least 8.8% of a contractors intended subcontract amount be placed with Small Disadvantaged Business (SDB); (3) at least 7.3% of the contractor s intended subcontract amount be placed with Women-Owned Small Business; (4) at least 3.1% of the contractors intended subcontract amount be placed with Historically Underutilized Business Zone (HubZone) small businesses; (5) at least 1.5% of the contrac tors intended subcontract amount be place with Service Disabled Veteran Owned S mall Businesses. The subcontracting plan is not required with this submittal, but will be required with the fee proposal of the firms selected for negotiations. The cumulative for all contracts awarded under this announcement shall depend on the number of small businesses awarded contracts and the number of large business contract awards made. The maximum contract value for those contracts awarded to any firm und er this announcement shall not exceed $6 million dollars each over a period not to exceed three years. The maximum amount of each task order shall not exceed $2,000,000. Option periods shall be exercised in 12 month increments to realize escalated labor ra tes. The capacity of the contract shall not be tied to one option period. The contracts shall be issued as Indefinite Delivery/Indefinite Quantity (IDIQ) type contracts, with firm fixed priced labor rates. Each task order issued shall be firm-fixed price ( as negotiated). The contract shall be awarded subject to the availability of funds, FAR 52.232-18, because the contract shall not be fully funded at the time of award. Funding shall be cited on individual task orders. The IDIQ contracts shall have a guaran teed minimum of $5000.00. If multiple contracts are awarded under this announcement, the Contracting Officer will consider the following factors in deciding which contractor will be selected to negotiate an order: 1) uniquely specialized experience, 2) performance and quality of deliverables under the current Indefinite Delivery Contracts (IDC) with the Government, 3) ability to accomplish the order in the required time, 4) familiarity with design criteria/codes and construction methods used at the locality, 5) equitable distribution of work among the contractors. 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. The proposed services will be obtained by Negotiated Firm-Fixe d Price Contract. Projects outside the primary area of responsibility may be added upon approval of all parties and at the Option of Fort Worth District, Corps of Engineers. Task Orders issued against contracts awarded under this announcement may be by o r for other Government agencies. To be eligible for contract award, firms 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 1-888-227-2423. 2.0 - PROJECT INFORMATION: No specific projects are identified at this time. As projects are received for execution, use of contracts awarded under this announcement will be considered if A-E services are to be utilized. The proposed A-E environmental contracts shall support vario us military and civil works projects which are generally within, but not limited to the Southwestern Division (SWD) regional boundaries to allow the flexibility of sharing capacity with other Corps Districts (outside SWD boundaries) and other Federal agenc ies. The SWD area of concern includes Texas, New Mexico and Louisiana. The work may involve any of the following as a primary task or an incidental task under the definitized Scope of Work(s) issued under individual task orders: 1) remedial investigations; 2) RCRA facility investigations; 3) investigation and design relative to Underground Storage Tank (UST) compliance; 4) feasibility/corrective measures studies; 5) treatability studies; 6) preparation of documents for submission to federal, state and local agencies; 7) pilot scale studies; 8) engineering evaluations and cost analyses; 9) general investigation and design activities in support of CERCLA, RCRA or other regulatory compliance; 10) support via environmental studies/plans regarding various environmental compliance regulations including but not limited to asbestos, lead base paint, and the Munitions Ru le; 11) support via environmental studies or documentation of lease or transfer of government real property, records searches, oversight of field operations; 12) construction management support, human and ecological risk assessments and other engineering studies and reports; 13) community relations; 14) engineering design and drafting; 15) Planning; 16) Research; 17) surveying and mapping; 18) GIS modeling; 19) inspections; 20) shop drawing review; and other construction documents for a variety of hazardous waste and environmental type projects. 21) Ordnance and Explosives, Investigations. Materials and sites to be investigated may contain Asbestos, Lead Based Paint, CFC's, PCB's, Radiological Waste, UST's, OE, or any other related HTRW/Environmental Material on potentially contaminated sites. Some work may require attending public meetings , and coordinating with Federal, State, and Local regulatory agencies. Services during construction activities may also be required. These services may be performed for buildings, structures, or other real property that includes, but not limited to bridg es, dams, plants, highways, parkways, streets, subways, tunnels, sewers, mains, power lines, cemeteries, pumping stations, railways, airport facilities, terminals, docks, piers, wharves, waterways, watersheds, lighthouses, buoys, jetties, breakwaters, leve es, canals, beach erosion/renourishment, and navigation and drainage channels. 3.0 - SELECTION CRITERIA: Selection criteria in descending order of importance are as follows: Criteria (a)-(e) are primary criteria; items (f)-(s) are secondary and are used as tie-breakers among technically equal firms): Specialized Experience and Technical Competence (Ensure that all special experience requirements are reflected on appropriate personnel resumes at Section E, Part I, Standard Form (SF) 330: The selected team must demonstrate recent (within the past 5 years) and significant experience in the following: a) Managing and performing broadly scoped A-E environmental projects that comply with applicable USEPA, State and Department of Defense (DoD) requirements, particularly for customers and projects typical of those supported by the Fort Worth District, U.S. Army Corps of Engineers. b) Site characterization to determine nature and extent of contamination including design and/or performance of subsurface drilling programs, installation of groundwater monitoring well networks, sampling programs for various environmental media, performan ce and/or oversight of other intrusive investigation techniques such as soil gas surveys, application of surface geophysical techniques (e.g. electro-magnetic surveys), design performance and analysis of in-situ aquifer hydraulic tests (e.g. slug tests and various pump tests), acquisition and analysis of other data (e.g. geotechnical, ecological, demographic, limnological, paleogeographic, fluid/matrix properties of multi-phase systems, dendrochronological, geomorphologic, etc.) to support remedial decision s to determine the nature and extent of contamination based on data gathered from drilling, sampling, surveying, and testing. c) Development of various environmental studies/plans regarding environmental compliance regulations including but not limited to asbestos, lead base paint, and the munitions rule. d) Selecting alternatives and developing designs/specifications for alternatives for remedial actions or corrective measures and/or environmental projects of equivalent scope. e) Development of typical deliverables supporting HTRW activities, or of the activities supporting the following: Investigation Work Plans, Health and Safety Plans, Quality Assurance Project Plans, Sampling and Analysis Plans, Community Relations Plans, Pr oject Management Plans, Data Management Plans, Waste Management Plans, Detailed project schedules, Closure Plans and Reports, Laboratory Service Contracts for Chemical and Physical Analyses, and Techni cal reports to support decisions such as site characterization reports including chemical fate and transport models, Human Health and Ecological Risk Assessments, RCRA Facility Assessments, Preliminary Assessment/Site Inspection Reports, RCRA Facility In vestigation Reports, Remedial Investigation/Feasibility Study Reports, Corrective Measure Study Reports, Corrective Measure and Remedial Designs, Groundwater Monitoring Reports, Records of Decision, Determination of No Further Action, Engineering Evaluatio n/Cost Analysis Reports, deliverables supporting UST compliance requirements, Construction Plans, Cost Estimates, and other related deliverables. f) Support of community relations/stakeholder involvement activities (e.g. development and maintenance of administrative records, support of Restoration Advisory Boards, etc.) g) Technical support for litigation related to execution/implementation of environmental restoration activities. h) Environmental projects in EPA Region VI. i) Oversight and management of and/or performance of chemical analytical services typically required to support remedial decision-making at military installations with multi-media environmental contamination from various industrial sources including, but n ot limited to, those in the current USEPA guidance documents and documenting a level of laboratory internal QA/QC consistent with that referenced in current USEPA guidance/requirements resulting in legally defensible data for inclusion into project deliver ables. j) Appropriate management of investigation derived waste. k) Utilization of geographic information systems and other sophisticated data management/visualization techniques. l) Producing GIS compatible and CADD graphics in accordance with Federal Special Data Standards. m) Producing cost estimates using the Corps of Engineers Micro-Computer Aided Cost Estimating System (MCACES Gold) (software provided) and using the Air Force Remedial Action Cost Engineering and Requirements (RACER) cost estimating system (software provid ed). n) Oversight of field investigations. o) Developing the nature and extent of the responsibility and cost allocation for investigation and cleanup of hazardous waste sites where a civil or military organization of the U.S. government is named as a Potentially Responsible Party. p) Accessing a Computerized Automated Review Management System (ARMS) via modem or other remote connection (software provided). q) Providing data on electronic media in accordance with government-furnished formats. r) Preparing reports compatible with the most recent versions of Microsoft Office software. s) Firms must demonstrate the capability to comply with these requirements: Professional Capabilities: IDIQ contracts will require each A-E contractor (either in-house or through consultant) as a minimum, to have the following capabilities: One Senior Project/Program Manager, four Project Managers, two Chemists, two biologists, two Environmental Scientists, two risk assessors, two hydrologists, two Geologists, two Toxicologists, one hydrogeologist, one Archeologist, one Certified Industrial Hygienist, two Industrial Hygienists, one technical editor, two Civil Engineers, one Chemi cal Engineer, and one Cost Estimator. Additional qualified personnel in the following areas: environmental technicians capable or acquiring and handling environmental samples and data, drillers, surveyors, and CADD operators are required. Registration and certification as required by various state laws will be necessary. Firms should demonstrate strong ability to provide comprehensive program and project management for complex work; strong ability to provide comprehensive environmental technical and compl iance support; ability to provide necessary number of teams or crews for complex and unexpected field, laboratory and regulatory compliance support; ability to initiate, manage and complete multiple concurrent delivery orders; ab ility to meet unforeseen schedule changes. Submitting firms should demonstrate the education, training, registration, overall and relevant experience, and longevity with the firm of key management and technical personnel. Capacity to Accomplish the Work: Firms must show sufficient capacity to respond on short notice, mobilize qualified personnel, meeting all schedules and produce quality results under short deadline constraints to complete three task orders concurrently fo r accepted task orders. Submitting firms should demonstrate experience with similar size contracts and the available capacity of key disciplines. The firm must ensure that resumes are provided for each of the required Architects, Engineers, and other per sonnel specifically required. Resumes for the survey crew, drill crew and testing lab are not required. Repeat Resume Page as needed to provide all required resumes. Firms must demonstrate adequate team capacity to design three task orders concurrently meeting all schedules. Past Performance: Demonstrate past performance with respect to cost control, quality of work, and compliance with performance schedules. The following items are secondary criteria: a) Firms must demonstrate experience in evaluating contractors submittals and performing construction surveillance. b) Subcontracting: Firms must show the extent of participation of SB, SDB, WOSB, Service Disabled VOSB, HubZone SB, and HBCU/MI in the proposed contract team, measured as a percentage of the estimated effort. c) Volume of DoD contract awards: In Section H, Part I, SF330, firms must show their last 12 months DoD contract awards stated in dollars (see details in a subsequent paragraph). d) In Section H, Part I, SF 330, include a draft Design Quality Control (DQC) Plan. It shall include a brief presentation of internal controls and procedures that you use to insure that a quality design is produced. Knowledge of Locality: Firms must demonstrate familiarity (primarily, but not limited to) with the Texas, New Mexico and Louisiana areas and their applicable architecture, building codes, environmental regulations, soil conditions, seismic requirements, a nd regulatory agencies. Equitable Distribution of DoD Contracts: Volume of DoD A-E contract awards in the last 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including Small Business and Small Disadvantaged Busines ses. 4.0 - SUBMISSION REQUIREMENT: Submittals shall be sent to: U.S. Army Corps of Engineers Attn: Henry Kasten 819 Taylor Street, Room 3A12 (P.O. Box 17300) Fort Worth, Texas 76102-0300 Interested firms having the capabilities to perform this work must submit one copy of SF 330 (6/2004 Edition), as indicated below to the above address not later than 3:00 p.m. (Central Standard Time) on 10 January 2006. Responding firms must submit a copy of a current (signed within the past 36 months) and accurate SF 330, Part II for themselves and each proposed consultant even if an SF 330, Part II is already on file. SF 330, Part II shall be provided for the specific prime, other offices of the prime and subcontractor offices proposed to perform the work. Indicate in Block 3b of each SF 330, Part II if the firm is a Large, Small and Disadvantaged or Woman-Owned Small Business. To be classified as a small business, a firms average annual receipts or sales for the preceding three fiscal years must not exceed $6 million. Submit only one SF 330, Part I for the design team, completed in accordance with the instructions. It must contain information in sufficient detail to identify the team (prime, other offices of the prime firm and consultants) proposed for the contract. T he A-E shall not include company literature with the SF 330. In Block No. 2a of the SF 330, Part II, provide the ACASS number for the prime A-E or Joint Venture. The ACASS number must be for the firm performing the work/; i.e., not the parent company ACASS number, but an ACASS number specifically for the office performing the work. Each branch office and/or joint venture must have their own ACASS number. For assignment of ACASS numbers, contact Keleka Ross (Keleka.I.Ross@ nwp01.usace.army.mil) or LaVern Brewster (Lavern.Brewster-Jenkins@nwp01.usace.army.mil), at the ACASS Center in Portland, telephone @ 503-808-4593 or 503-808-4623 respectively. In Block C of the SF 330, Part I, identify the discipline/service to be supplied by each consultant. Provide brief resumes in Block E of the on-staff or consultant employees you intend to use to perform the work. Resumes must be submitted for each employ ee required to meet the minimums stated above in paragraph 3b. In Block G-26, along with the name, include the firm/location person is associated with. A maximum of 10 projects including the prime and consultants will be reviewed in Part I, Block F. Use no more than one project per page. In Block H of the SF 330, Part I, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3, Selection Criteria. DoD awards shall be shown in an itemized summary including Agency, Contract Number/Task O rder No., Project Title, and Award Amount dollars. Include a total of all listed awards. Note that award of Indefinite Delivery Contracts should not be counted as award amounts; only actual Task Orders and any modifications thereto should be included in the amounts. When addressing team capabilities, clarify planned capability, existing capability, and prior experiences if any. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the spec ific selection criteria listed in Section 3 of this synopsis, titled Selection Criteria. Do not exceed twenty pages for Block H. Please print doubled sided. Front and back side use of a single page will count as 2 pages. Pages in excess of the maximums list will be discarded and not used in evaluation of the selection criteria. Personal visits to discuss this announcement WILL NOT BE SCHEDULED. Solicitation packages are not provided for A-E contracts. 5.0 - POINT OF CONTACT: Contracting Sheila R. Garrett, Contract Specialist  Email: Sheila.garrett@swf02.usace.army.mil.
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
Country: US
 
Record
SN00943759-W 20051204/051202212129 (fbodaily.com)
 
Source
FedBizOpps 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.