Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2006 FBO #1727
SOLICITATION NOTICE

F -- Long Term Response Action Contract

Notice Date
8/17/2006
 
Notice Type
Solicitation Notice
 
NAICS
562910 — Remediation 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-06-R-0023
 
Response Due
10/2/2006
 
Archive Date
12/1/2006
 
Small Business Set-Aside
N/A
 
Description
PLEASE CONTACT Mr. Justin Cofer, Contract Specialist, at Justin.L.Cofer@usace.army.milif you have any questions regarding this announcement. (1) CONTRACT INFORMATION: These contract(s) are being procured in accordance with FAR 16.500. Firm(s) will be selected for negotiation based on demonstrated competence and qualifications for the required work. These Long-Term Response Action (LTRA) contracts are required to support the Hazardous, Toxic, and Radioactive Waste (HTRW) Program for the Kansas City District, U.S. Army Corps of Engineers. Up to two (2) Indefinite Delivery Contracts will be negotiated and awarded, using unrestricted competition. The joint total acquisition value for these contracts will be $50 million. Contracts are limited to on e contract per qualified firm, each with a contract period of three years, with one (2) two-year option period. Individual task orders under the contracts will be of the firm-fixed price, firm-fixed price plus award fee, cost plus fixed fee, cost plus awa rd fee or cost plus incentive fee type. The focus of the proposed LTRA services contracts is to support customers of Districts within the Northwestern Division of the U.S. Army Corps of Engineers, including the Environmental Protection Agency (EPA) Region II (New York, New Jersey, the commonwealth of Puerto Rico, the United States Virgin Islands and Native American Tribes or Nations located in these jurisdictions) Task orders will be issued as the need arises during the contract period. It is anticipated that the first contract will be awarded not earlier than January 2007. One or more months may elapse between subsequent contract awards. The method used to allocate Task Orders among the Contracts will include consideration of experience within the defi ned geographical boundaries, user needs, capacity to accomplish the Task Order in the required time frame, and past performance. The North American Industrial Classification System Code (NAICS) is 562910, Environmental Remediation Services for Long-Term R esponse, which has minimum annual revenue of $3,000,000. 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 of 1 965, and will be determined per task order basis and dependant upon the requested services and location. (2) PROJECT INFORMATION: The type of work to be accomplished could include long-term monitoring, long-term operation and maintenance of groundwater re mediation systems, optimization of treatment systems, as well as conducting pilot studies to evaluate treatment technologies including but not limited to supplemental remedial action to address newly discovered or residual contamination at the site in conf ormance to the record of decision (ROD) for the site or other applicable requirements, revealed during the LTRA phase, project planning, preparation of work plans, project plans, health and safety plans, quality assurance project plan, response action syst ems start-up and shut-down support, transition of the facility to other parties for operation and maintenance, preparation of an Operation and Maintenance Manual, sampling, analysis, validation, and evaluation of confirmatory environmental sampling data, s ite security and boundary control, disposal of facility wastes, maintenance of the site grounds, disposal of investigation-derived wastes, evaluation of facility performance and recommendation for optimization, decommissioning of wells, installation of add itional monitoring wells, installation of fencing, and providing and posting of warning signs, five-year review support of response actions state reports and technical reports, public education, and information support. The specified tasks may require the use of analog, digital or cellular technology, establishment of personal computer based relational databases; dedicated remote sensing; measuring and transmitt ing capability; application of global positioning and geographic information; and the use of internet for dissemination of digital information. (3) SELECTION CRITERIA: Primary selection criteria are listed in descending order of importance: (A) Specializ ed experience and technical competence [FAR 16.505. Responding firms should demonstrate experience during the past ten (10) years. The board will evaluate the specialized experience on projects and the technical capabilities of the prime firm and any sub contractors. The effectiveness of the proposed project team (including management structure, coordination of disciplines, offices and/or subcontractors; and prior working relationships) will also be examined. State whether the experience is that of the p rime (or joint venture), consultant or an individual. Work cited that is experience of prime (or joint venture) from an office other than that identified shall be so labeled. Specialized experience to be evaluated for this project is as follows (all spec ialized experience factors are listed in descending order of importance): (1) Experience with the operation of groundwater, and/or leachate treatment facilities including operating, maintaining, monitoring, repairing, and incidental construction support. Provide the size, duration, and yearly operation and maintenance cost of the treatment facility. (2) Provide experience with optimizing equipment performance, monitoring requirements and overall system protectiveness (containment of site plume, etc.). P rovide the optimization studies performed, include significant recommendations (alternate technologies, studies, groundwater modeling efforts) and how they were incorporated into the facilities operations in order to reduce costs or improve protectiveness. (B) Past Performance. Past Performance Evaluation forms will be submitted by customers for work previously performed by each firm. Firms will be evaluated on the basis of Quality of Product or Service, Timeliness of Performance, Cost Control and Customer Satisfaction. (C) Professional Qualifications. The board will evaluate, as appropriate, the education, training, registration, overall and relevant experience, longevity with the firm, and experience working together of key management and technical perso nnel. This criterion is primarily concerned with the qualifications of the key personnel and not the number of personnel. Responding firms should demonstrate the professional qualifications in these primary personnel, which are listed in descending order of importance. List professional registrations for the personnel: (a) Project Manager; (b) Chemical process engineering; (c) Project Supervisor; (d) Plant Operator; (e) Certified Industrial Hygiene; (f) Site Safety and Health Officer; (g) Quality Control Coordinator. (4) Operational Approach. The board will consider a firms available capacity of key disciplines to perform work in the required time. The board will also consider the prime firm and its consultants in the offices proposed to perform the w ork in relationship to the firms current workloads. Work under these contracts may be in a widely dispersed geographic area, therefore, responding firms should demonstrate the extent of their capabilities. The overall most highly qualified firms will no t be rejected solely in the interest of equitable distribution of contracts. Responding firms should cite all contract numbers, award dates and total negotiated fees for any DoD contract awarded within the past twelve (12) months. Please indicate all Tas k Orders and Modifications awarded your firm by DoD agencies within the last twelve (12) months under an indefinite delivery type contract. Indicate date of Task Orders and fee for each. (D) Costs may be compared to historical data or current averages fo r the area. Unlike other evaluation criteria, cost may be compared to other offerers submitting under this solicitation to determine reasonableness. The p roposed costs will constitute advance agreements for the contract for the awardee(s). (E) Subcontracting Plan. All Offerors who are unrestricted businesses are required to complete and return the plan, signed by the appropriate official, as part of thei r proposal. The Offeror shall include three projects that would be reflective of the diligence in meeting Small and Small Disadvantaged and Women-Owned Small Business subcontracting goals. (4). SUBMITTAL REQUIREMENTS: Interested firms having the capabilities to perform this work must submit three (3) copies of proposal to the address listed no later than close of business [4:00 P.M. (CST)] on October 2, 2006. Limit proposal to 100 pages (single-sided only); 66 lines of print per page maximum (12 pitch). Corporate Safety and Health Program description document and Section K, Representations and Certifications are in addition to the 100 page proposal limit. Proposers will NOT be allowe d to incorporate pages by reference. Submit responses to: U.S. Army Engineer District-Kansas City, ATTN: CENWK-CT-H/Cofer , 757 Federal Building, 601 East 12th Street, Kansas City, MO 64106-2896. No faxed submittals shall be accepted, and any submittal s received after this date will not be considered. To be eligible for contract award, a firm must be registered in the DoD Central Contractors Registration (CCR) database. Register via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-877-DLA-DALL or 1-877-352-2255. There is a new Federal Integrated Acquisition Environment (IAE) initiative called Online Representations and Certifications Application (ORCA). ORCA is a web-based system that ce ntralizes and standardizes the collection, storage, and viewing of many of the representations and certifications required by the Federal Acquisition Regulations and previously found in solicitations. According to the language in FAR case 2002-024, vendor s are required to use ORCA beginning 01 January 2005. Detailed information can be found in FAR Case, as well as by visiting the Help section of the ORCA website at http://orca.bpn.gov . The help section includes ORCA background information, frequently as ked questions (FAQ), the ORCA Handbook, and whom to call for assistance. For questions of a technical nature, please contact Kamala Powell at Kamala.D.Powell@usace.army.mil.
 
Place of Performance
Address: US Army Engineer District, Kansas City ATTN: CENWK-CT-H/Cofer, 700 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
Country: US
 
Record
SN01118389-W 20060819/060817221724 (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.