Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2006 FBO #1577
SOLICITATION NOTICE

R -- Provide assistance to USACE in areas of data management, reporting, cost estimating and overall management.

Notice Date
3/20/2006
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY--06-R-0016
 
Response Due
4/1/2006
 
Archive Date
5/31/2006
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation to establish a Firm Fixed Price IDIQ Contract for one year and three (3) option periods for commercial engineering services that will require a contractor to perform data management, reporting, cost estimating and overall management for FUDSMIS and is prepared in accordance with the format in FAR Subpart 12.6 for commercial services. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will n ot be issued. Proposals are due 23 March 2006, 10:00 a.m. CST. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular (FAC) 01-26. The applicable North America Industry Classification Syst em (NAICS) Code is 541330, and the business size standard is 15.5 Million. . The effort required under this Performance Work Statement (PWS) is to provide support to the U.S. Army Corps of Engineers (USACE) for restoration of the Formerly Used Defense Sit es (FUDS) portion of the Defense Environmental Restoration Program (DERP). Background And General Perfomance Work Statement: The scope and magnitude of the FUDS program are significant, with over 9,000 properties identified for potential inclusion across the nation. The objective of the FUDS Program is to reduce, in a timely, cost-effective manner, the risk to human health and safety and the environment resulting from contamination due to past DoD activities. This support will include providing assistanc e to USACE in areas of data management, reporting, cost estimating and overall management. Program Background: The USACE executes the FUDS program for the Army and Department of Defense (DoD). The FUDS program is designed to address environmental contami nation at properties that were formerly owned, leased, possessed, or operated by DoD. Environmental restoration work on FUDS properties began in 1984. The responsibilities of the USACE for the FUDS program include: Maintaining an inventory of all FUDS, p lanning and tracking restoration activities at FUDS, and reporting progress; Determining eligibility of property and projects for action under the FUDS program; Identifying required DoD response actions, programming appropriate resources to meet DoD goals, and executing the program. Requirement: This effort involves providing support to meet existing and emerging program and regulatory requirements. This effort is expected to last for a period of 4 years. 2.0 General Description: Review existing FUDS dat a, provide guidance and develop recommendations for collecting and reporting of FUDS data to meet new and emerging program and regulatory requirements. Provide guidance and recommendation to ensure that FUDS program data is correctly collected and managed for transfer to DoD Knowledge Based Corporate Reporting System (KBCRS). The contractor shall not make changes directly to FUDSMIS. Recommendations provided by the contractor may eventually be used by the US Army Corps of Engineers to make changes to FUDSM IS. Provide assistance and support to the FUDS program to improve program management, operation, data collection and reporting. The contractor shall provide guidance and support to assist the FUDS program in meeting existing and foreseeable DERP require ments. Collect, manage and report FUDS data to more closely match DERP In-Progress-Review and Annual Report to Congress requirements and allow USACE to better track FUDS progress toward DoD goals. Provide assistance and guidance for the implementation of the FUDS Information Improvement Program (FIIP). The FIIP is an effort that verifies that all documentation is complete, orderly and accessible for each of the 9,730 FUDS Properties. This is a major effort and significant work will be required through F Y 2009 before it is complete. Provide assistance and guidance under the Government oversight, develop detailed business rules to translate program metric logic into reco mmended procedures for producing data for analysis of DoDs Measures of Merit (MOMs) and validate the relative risk site evaluation rankings that are central to cleanup prioritization. Provide assistance for planning, prioritizing and tracking progress of new work to meet requirements for accomplishing MMRP Preliminary Assessments (PAs) by FY 2007 and MMRP Site Investigations (SIs) by the end of FY 2010. This is an additional workload increase and is a new requirement for the FUDS program promulgated by O SD during FY 2005. This work will require that a total of 728 MMRP SIs must be planned, programmed, executed and reviewed by the end of FY 2010. Lead coordination of 2005 MMRP CTC backup initiative. Ensure each MMRP CTC (primarily the parametric estimat es) have available: 1. RACER backup matching cost in FUDSMIS; 2. Completed estimate QC checklist (see FIIP Annex 5); 3. MMR Area inventory screen for each project; 4. ASR and ASR supplement which corresponds to the data recorded at the MMR Area inventory s creen; 5. Analyze data discrepancies; 6. Any other activity required to ensure each CTC passes liability audit, and shows responsiveness to recent DoD IG findings and recommendations, as directed by the Government; 7. Ensure documents are in PIRS for appro val by the district. Complete MMRP summary notebook every FY, resolving discrepancies. After completion, develop graphic summary slides in accordance with Government provided policies. Additionally, review MMRP portion of the most recent ARC and reconc ile the numbers with the corresponding Jim Coppola notebook. Perform the following: 1. Range Reconciliation: Reconcile FUDS MMRP range inventory with regulators comments annually; 2. Represent FUDS at MRC meetings. Write executive summary of each me eting, detailing what actions affect FUDS, and recommend FUDS position on all actions; 3. Lead coordination of Perchlorate sampling/action strategy; 4. Support responding to biannual DoD IPR questions; 5. FIIP revisions/ tracking /and monitoring; day to da y management of requests for information from the field; 6. Develop and implement initiative to complete all FUDS MMRP SIs by 2010; 7. Coordinate transfer of any Army MMRP sites including programming of Pas; 8. Ranges to projects conversion by 2006. The C ontactor shall travel approximately 6 trips per year, 3 to Omaha, NE and 3 to Huntsville, AL. Attend meetings within the northern Virginia and District of Columbia metropolitan area. Definitions: FUDS Management Information System: FUDSMIS is a web-based d ata collection and ad hoc reporting system, to reside on the World Wide Web to be used as a program development/program management tool. FUDSMIS enables the user to establish and maintain a database pertaining to environmental cleanup and to submit report s to higher headquarters. The FUDSMIS system contains project information for FUDS properties. The FUDSMIS system will be the principal source of information for the FUDS contribution to the Annual Report to Congress, which the DoD is required to submit under 10 USC 2706. It records planning, programming, budgeting, and execution decisions for all echelons. It supports HQs preparation of Program Objective Memorandum (POM), Budget Estimate Submission (BES), Presidents Budget (PB), Annual Workplan ( HQ s directive for divisions/districts execution), Annual Report to Congress (ARC), and DoD in progress Review presentation materials. Annual Report to Congress (ARC): The DoD publishes a report to Congress detailing the progress and accomplishments of DER P for each FY. HQUSACE, as Executing Agent, is responsible to provide the requested information that makes up the ARC. The initial request for development of the ARC is October for the previous FY. PM Districts shall update their LCP and other required ARC data of the working data set in the FUDSMIS based on HQ instructions and submit it to Divisions during October through November each year. Divisions review and adjust the districts submission data set and submit it to HQ. HQUSACE reviews and adjusts the FYDP/LCP of the divisions submission data and establishes the official FYDP/LCP in the FUDSMIS in late November/early December. The preparation of the AR C, based on the HQ adjusted submission data set, is to be conducted by a DoD contractor. The schedule of preparation is usually October through the following March. Restoration Management Information System (RMIS): A DoD database used to track informatio n on the status and progress of activities at sites in the DERP program. It has been superseded by Knowledge Based Corporate Reporting System (KBCRS). Knowledge Based Corporate Reporting System (KBCRS): KBCRS is a web-enabled application whose purpose i s to provide online access to corporate information about environmental (and eventually installation) programs and activities within the Department of Defense (DoD) and its component organizations. DERP-FUDS: The Defense Environmental Restoration Program (DERP) reflects DoDs commitments to: reduce, in a timely and cost effective manner, the risk to human health, safety, and the environment from contamination resulting from past DoD activities; encourage demonstration and validation of technology to reduce hazardous waste generation; and protect human health and safety by removing unsafe buildings, structures, and debris remaining from past DoD operations. FUDS is a subprogram of DERP. FUDS includes former DoD properties that were transferred before Oct. 1986. The U.S. Army Corps of Engineers executes the program for the Department of the Army and DoD. Hazardous, Toxic and Radioactive Waste Activities: HTRW activities include those activities undertaken for the Environmental Protection Agency's Superfun d program, the Defense Environmental Restoration Program (DERP), including Formerly Used Defense Sites (FUDS), and Installation Restoration Program (IRP) sites at active DOD facilities, HTRW actions associated with Civil Works projects, and any other missi on or non-mission work performed for others at HTRW sites. Military Munitions: All ammunition products and components produced or used by or for the U. S. Department of Defense or the U. S. Armed Services for national defense and security, including mili tary munitions under the control of the DOD, the U.S. Coast Guard, the U.S. Department of Energy, and National Guard personnel. The term military munitions includes confined gaseous, liquid, and solid propellants, explosives, pyrotechnics, chemical and ri ot control agents, smokes and incendiaries used by Components, including bulk explosives and chemical warfare agents, chemical munitions, rockets, guided and ballistic missiles, bombs, warheads, mortar rounds, artillery ammunition, small arms ammunition, g renades, mines, torpedoes, depth charges, cluster munitions and dispensers, demolition charges, and devices and components thereof. Military munitions do not include wholly inert items, improvised explosive devices, and nuclear weapons, nuclear devices, a nd nuclear components thereof. Points of Contact: Nelson Labb? Program Manager Phone 202-761-0310 Fax 202-761-4169; Lisa Harris Technical Manager Phone 256-895-1344 Fax 256-722-8709; Angela Saville Contract Specialist Phone 256 -895-1764 Fax 256-722-8 709. Conferences and Meetings: Briefings and meetings will be held via telephone or at local offices for the purposes of discussing and resolving review comments. A memorandum for record, documenting the decisions reached during the review conferences s hall be prepared by the Contractor and distributed within seven working days after each meeting. Submittals and Due Dates: Monthly Reports - The contractor shall provide monthly status reports to the Project Manager, Mr. Nelson Labbe and copy furnish the Technical Manager Ms. Lisa Harris. The reports will contain accomplishments for the month and the status of ongoing activities, schedule, and percent of budget expended on each task. Addressees - Six copies of each submittal shall be submitted to the following addressees: (one copy) Commander US Army Engineering and Support Center, Huntsville ATTN: CEHNC-OE-MCX (Ms. Lisa Harris) 4820 University Square Huntsville, AL 35816 (five copies) US Army Corps of Engineers ATTN: CEMP-DE (Nelson Labb?) 441 G Street NW Washington, DC 20314-1000 Submittal Format: In addition to the hard copies required above, each submittal, including the final document, shall be provided electronically in MS Word format for review purposes. Charts and figures used in the document must be Word compatible (e.g., Excel or Power Point). Task Completion: Basic Contract: The Contractor shall perform all services in this Scope of Work for the period 31 March 2006 to 31 January 2007. Option 1: The Contractor shall perform all services in this Scope of Work from 01 April 2007 to 31 March 2008. Option 2: The Contractor shall perform all services in this Scope of Work from 01 April 2008 to 31 March 2009. Option 3: The Contractor shall perform all services in this Scope of Work from 01 April 2009 to 31 March 2010. The overall completion date shall be 31 March 2010. Proposal Evaluation: The Government will evaluate all offers to be qualified for award as follows: If it is determined in the best interest of the Government. The g overnment will review each proposal submitted in response to this solicitation and make award to that offeror, whose offer, conforming to the solicitation and evaluation criteria represents the best value to the Government. The Government will evaluate all offers to be qualified for award based on the following evaluation factors: technical capability, experience/past performance, and price. These items are of equal value. The contractor must meet all (100%) of the standards for each item and factors to b e reviewed by showing knowledge and experience that reflects that knowledge. These items and factors are the minimum standards necessary to successfully complete the work in this contract. The following items and factors are to be demonstrated in offers a nd will be evaluated equally: General knowledge factors: 1. Knowledge of EPA requirements for successful environmental restoration activities as they apply to DERP. 2. Knowledge of EPA requirements for successful environmental restoration activities as they apply to FUDS. DERP and FUDS Specific knowledge and experience evaluation factors: 1. ODUSD (I&E) Management Guidance for the DERP. 2. DERP Environmental Liabilities requirements in FMR 2000.14. 3. Data management and reporting requirements for DE RP and FUDS in Knowledge Based Corporate Reporting System (KBCRS). 4. Data reporting and management requirements of the Defense Environmental Programs Annual Report to Congress. 5. Reporting requirements for DERP and FUDS in Select and Native Programmi ng Data Input System (SNaP) and access to SNaP. 6. Army Environmental Cleanup Strategic Plan. 7. ODUSD (I&E) management review process for DERP programs, specifically for FUDS. 8. USACE ER 200-3-1 FUDS Program Policy. 9. Program Management Plan for FUD S Information Improvement Plan. 10. Munitions Response Site Prioritization Protocol. 11. DERP and FUDS data management capabilities. The Government will evaluate proposals for both amount of experience with similar contracts and quality of performance. The successful offeror must support 51 per cent of the contracted work. Contract period of performance is anticipated to be four (4) years (basic and three (3) optional years) with a total program value of approximately $888,000.00. The anticipated contr act vehicle will be an indefinite delivery/indefinite quantity (IDIQ) contract against which task orders will be placed. Price Proposal: Offeror shall provide costs for the following C LINs( note CLINs are the same as base years and should be priced separately): CLIN 0001-Base Year Task 1-FFP-Provide all necessary management, personnel, materials, transportation, supplies, and equipment for support FUDSMIS as required in individual task orders in strict accordance with the terms, conditions, and provisions contained herein. CLIN 0002- First Option Period-FFP-Provide all necessary management, personnel, materials, transportation, supplies, and equipment for support to as required in indivi dual task orders in strict accordance with the terms, conditions, and provisions contained herein. CLIN 0003- Second Option Period-FFP-Provide all necessary management, personnel, materials, transportation, supplies, and equipment for support to FUDSMIS Pr ovide all necessary management, personnel, materials, transportation, supplies, and equipment for support to FUDSMIS as required in individual task orders in strict accordance with the terms, conditions, and provisions contained as required in individual task orders in strict accordance with the terms, conditions, and provisions contained herein. CLIN 0004- Third Option Period-FFP-Provide all necessary management, personnel, materials, transportation, supplies, and equipment for support to FUDSMIS as requi red in individual task orders in strict accordance with the terms, conditions, and provisions contained herein. Submission of Offers. Any proposal not providing or meeting the minimum skill, education and experience requirements, evidencing conformance to the solicitation requirements, shall be determined unacceptable and will not be considered for award. Price evaluation will be performed by the Contracting Officer to determine the reasonableness of each proposed price and to determine the offerors under standing of the work and ability to perform the contract. Award of this contact is subject to the availability of funds. Exercise of options will be subject to contactor performance and the Governments requirement. The Government reserves the right to ma ke an award without discussions. The following FAR clauses and provisions apply to this RFP: FAR 52.202-1 Definitions, 52.212-1-Instuction to Offerors, 52.212-3 Offeror Representations and Certification-Commercial Items (Jan 2005), FAR 52.212-4 Contract T erms and Conditions-Commercial Items FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2003); FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2005) applies to this RFP and the following clauses cited in the clause apply: 52.203-6, Alternate 1, Restrictions on Subcontractor Sales to the Government (Oct 1995); 52.219-8, Utilization of Small Business Concerns (May 2004); 52.222-3, Convict Lab or (Jun 2003); 52. 222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126) (Jun 2004); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Apr 2002); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793) (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (38 U.S.C. 4212) (Dec 2001); 52.232-33, Payments by Electronic Funds Transfer-Central Contractor Registration (Oct 2003), clause 52.232 -18 Availability of Funds (Apr 1984), provision 52.233-2, Service of Protest (Aug 1996), clause 52.233-3, Prot est After Award (Aug 1996); clause 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); clause 52.243-1, Changes -Fixed Price, Alt 1 (Apr 1984); provision 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); clause 52.252-2, Clauses Incorporated by Reference (Feb 1998); provision 52.252-5, Authorized Deviations in Provisions (Apr 1984); clause 52.252-6, Authorized Deviations in Cla uses (Apr 1984); clause 252.232-7003, Electronic Submission of Payment Requests (Jan 2004); and clause 252.243-7001, Pricing of contract modifications. Offerors must submit the following to be considered for award: 1) a completed copy of FAR clause 52.212- 3, Representation and Certifications, Commercial Items (Mar 2005); 2) Offerors must submit a price and technical proposal; 3) Offerors must submit record of past performance and experience. Mail proposals to U.S. Army Corps of Engineers Directorate of Cont racting, CT-E ATTN: Angela Saville, 4820 University Square, Huntsville, AL, 35807. Copies of FAR clauses and provisions may be accessed via the Internet at www .arnet.gov. 52.212-2 Evaluation of Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The Government will evaluate the submitted past performanc e information required by FAR provision 52.212-1 and may use information from other sources to review offerors ability to perform the contract successfully. The Government will evaluate offers for award purposes by adding the total price for all options t o the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the options). All inquiries MUST BE SENT TO ANGELA SAVILLE AT Angela.D.Saville@hnd01.usace.army.mil
 
Place of Performance
Address: US Army Corps of Engineers, Huntsville P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
Country: US
 
Record
SN01010766-W 20060322/060320214705 (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.