Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2007 FBO #1999
SOLICITATION NOTICE

C -- Remedial Action Contract (RAC) II

Notice Date
5/16/2007
 
Notice Type
Solicitation Notice
 
NAICS
562910 — Remediation Services
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, Region IX, 75 Hawthrone Street, Mail Code MTS 4-3, San Francisco, CA, 94105, UNITED STATES
 
ZIP Code
94105
 
Solicitation Number
PR-R9-07-10112
 
Response Due
6/29/2007
 
Archive Date
12/31/2007
 
Point of Contact
Paul Casagrande, Contracting Officer, Phone (415) 972-3719, Fax (415) 947-3558, - Sheila Nematollahi-Rad, Contract Specialist, Phone (415) 972-3726, Fax (415) 947-3558,
 
E-Mail Address
casagrande.paul@epa.gov, nematollahi-rad.sheila@epa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Small Business Set-Aside The U.S. Environmental Protection Agency (EPA) requires professional architect and engineering services to support remedial planning and oversight activities in Region 9 which includes California, Nevada, Arizona, Hawaii, Guam, American Samoa, the Territories in the Pacific and Tribal Land. The services include site management; remedial investigation feasibility studies; engineering services to design remedial actions; engineering evaluation and cost analysis for non-time critical removal actions; construction management for implementing remedial actions and non-time critical removal actions, including issuing and managing subcontracts for construction of the selected remedy and engineering services in overseeing construction; enforcement support, including oversight of remedial investigations/feasibility studies, remedial design and remedial action, and negotiation support; and other technical assistance, including community relations, sampling and analysis support, and pre-design investigations. Services may include technical and management services supporting EPA's coordination and oversight of remedial actions where they are performed by a state, the U.S. Army Corps of Engineers, or responsible parties identified in enforcement actions. The North American Industry Classification System Code (NAICS) is 562910 with a small business size standard of 500 employees. At least fifty (50) percent of the cost of contract performance incurred for personnel shall be expended for employees of the prime contractor. This procurement envisions the award of two (2) Response Action Contract (RAC), one under full and open competition and one small business set-aside. This announcement pertains to the small business set-aside. The unrestricted/full and open competition project is issued under a separate announcement. The contracts will be firm fixed rate, Indefinite Delivery/ Indefinite Quantity (IDIQ) award term contracts. The base period of performance will be three (3) years, with three award terms periods, two (2) year, three (3) years and two (2) years, for a potential total period of ten (10) years. Work will be issued by Task Orders. The total estimated of this proposed contract, including award terms, is $110,000,000.00. The Government reserves the right to issue multiple awards under either of the procurement announcements, the unrestricted and/or the small business set-aside. The contract will be awarded in accordance with the Brooks Act Procurement procedures. For this procurement, EPA requires that the offerors organize the information so as to highlight responses to the technical Evaluation Criteria. Firms interested in responding to this announcement are invited to submit completed Standard Form 330 (SF 330) to the office shown below by June 29, 2007, 2:00 PM Pacific Time. Responses must be received at the designated Region 9 location by the deadline; postmarks will not suffice. Responses to this announcement, including SF 330 and all attachments, shall not exceed fifty (50) pages. No alterations to the SF 330 are permitted. The response should be single sided, with a minimum of 10 point font, 8.5 X 11 only (no other size page(s) will be allowed). This page limit does not include the cover letter, the front and back cover of the SF 330, tab/divider pages or the table of contents. There is no page limitation for any individual section or portion of the SF 330 or attachment(s), the only limitation is the overall page limitation stated above. Offerors shall follow the instructions for completing the SF 330. Offerors whose response exceed the page limitation and do not comply with instruction provide will be non responsive. Submit one (1) original and seven (7) copies, a total of eight (8), and one (1) electronic copy on disc in the following formats (Word Perfect, MS Word) of your response to the following address: U.S. Environmental Protection Agency Region 9, Contracts Section: Attn: Paul Casagrande MTS-4-3, 75 Hawthorne St., San Francisco, CA 94105. There is no prohibition against a firm participating in both the RAC full and open competition and the RAC small set-aside. All proposals will be evaluated in an identical manner and in accordance with specified evaluation criteria. The Government does not envision awarding contracts to a respective firm that would be the Prime or Sub-contractor in both the full and open and the set-aside procurements. Pursuant to FAR 36.6, the source selection official has the latitude to consider selection of another of the ranked offerers. Rationale for considering such action could be the Governments goal to provide alternate sources for its requirements, including the mitigation and management of conflict of interest (COI) issues. In the event that firms propose under a joint venture agreement, both firms must demonstrate the ability to implement the requirements of the tasks described in the Statement of Work independently. The EPA Region 9 is not going to hold a pre-proposal conference. This announcement is not a Request for Proposal (RFP). However, the RFP will be posted shortly on the EPA web site for informational purposes only. A bidders list will not be provided or posted. Following EPA's review of the SF 330, a "short list" of the most highly rated firms will be developed. Short listed firms will be referred to as "selected firms." Selected firms will be invited to participate in oral presentations. The specific details on the oral presentations will only be provided to the selected firms. Selected offerors should be aware that their overall rating depends on both written submissions and their oral presentations. Following oral presentations, the proposals will then be ranked and the source selection authority will make the final selection from among those firms. The most highly rated firm will be asked to submit a cost proposal, Conflict of Interest Plan, Quality Management Plan and Representations and Certifications. The contractor will also be required to have an acceptable accounting system that allows for segregation and tracking of costs. Selection will be based on the following evaluation criteria which are listed in descending order of importance: Factor #1 - SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE (AS PRESENDTED IN SECTION E, G, H, AND PART II OF FIRM?S SF 330) Sub-Factor #1 Fund-Lead Site Specific Work Areas Sub-Factor #2 Enforcement Support Site Specific Work Areas Sub-Factor #3 Other Technical Assistance Site Specific Work Areas Factor #2 - PAST PERFORMANCE (AS ADDRESSED BY THE PAST PERFORMANCE REFERENCES) Factor #3 - KNOWLEDGE OF, AND EXPERIENCE WITH, ENVIRONMENTAL REGULATIONS (AS PRESENTED IN SECTION E, G, H AND PART II OF FIRM?S SF 330) Factor #4 - PROFESSIONAL QUALIFICATIONS (AS PRESENTED IN SECTIONS E,G, H AND PART II OF FIRM?S SF 330) Sub-Factor #1 Management Personnel Sub-Factor #2 Technical Personnel Factor #5 - LOCATION IN THE GENERAL GEOGRAPHICAL AREA AND ABILITY TO MAINTAIN APPROPRIATE OFFICE AND STAFF PRESENCE IN REGION IX. (AS PRESENTED IN SECTION H AND PART II OF FIRM?S SF 330) Factor# 6- CAPACITY TO ACCOMPLISH THE WORK IN THE REQUIRED TIME (AS PRESENTED IN SECTION H AND PART II OF FIRM?S SF 330) Factor #1- SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE (AS PRESENDTED IN SECTION E, G, H, AND PART II OF FIRM?S SF 330) The offeror shall demonstrate how it will implement the requirements of the following tasks as described in the Statement of Work for multiple, and concurrent projects to meet the projects time lines. Subfactor #1 - Fund-Lead Site Specific Work Areas; Remedial Investigation/Feasibility Study (RI/FS), Remedial Design (RD), Remedial Action (RA), Construction Support, Long-Term Response Action (LTRA), Non-Time Critical Removal Support (EE/CAs), Non-Time Critical Removal Action (NTCRA), Post-Construction Remedial Action, Subfactor #2 Enforcement Support Site Specific Work Areas; RI/FS Oversight, Negotiation Support, RD Oversight, RA Oversight, Removal Oversight, Long-Term Response Oversight, Operation and Maintenance (O&M) Oversight, Litigation Support, Post-Construction RA Oversight, Subfactor #3 Other Technical Assistance Site Specific Work Areas; Community Involvement, Sampling and Analytical Support, Pre-Design Investigation, Treatability Study/Pilot Testing, Risk Assessment, Preliminary Assessment for Site Assessment, Site Inspection for Site Assessment, Hazard Ranking System Preparation for Site Assessment, Site Security and Maintenance, Design Assistance, Five-Year Review, Records Management and Administrative Support, Real Property Acquisition Support, Technical Assistance, Integrated Site Assessment/Investigation, Factor #2 PAST PERFORMANCE (AS ADDRESSED BY THE PAST PERFORMANCE REFERENCES) Reported levels of performance on previous similar projects in the areas of: Quality of service, Timeliness, Health and safety record, Cost control, Business relations, Technical experience with implementation of value engineering on previous projects. EPA is not limited to the past performance references submitted by the offeror. EPA may seek information for this criterion from the offeror's clients it identifies through other means. Factor #3 KNOWLEDGE OF, AND EXPERIENCE WITH, ENVIRONMENTAL REGULATIONS (AS PRESENTED IN SECTION E, G, H AND PART II OF FIRM'S SF 330) The offeror shall demonstrate its working knowledge of, and experience in working with the most current environmental statues and regulations, including the Comprehensive environmental Response, Compensation and Liability Act (CERCLA) as amended, the Clean Water Act/Oil Pollution Act as amended, the Clean Air Act as amended, the National Contingency Plan as amended, the Toxic Substances Control Act as amended, and other applicable laws, regulations, guidance, and policies pertaining to the various elements of the Statement of Work. Factor #4 PROFESSIONAL QUALIFICATIONS (AS PRESENTED IN SECTIONS E,G, H AND PART II OF FIRM'S SF 330) Subfactor #1 Management personnel, Education level and focus of degrees or programs completed that affect the firm?s ability to successfully perform the statement of work Subfactor #2 Technical personnel, Education level and focus of degrees or program completed that affect the firm?s ability to successfully perform the statement of work, Certifications or licenses in the proposed statement of work areas that affect the firm's ability to successfully perform the statement of work, and in accordance with all regulations that apply. Factor #5 LOCATION IN THE GENERAL GEOGRAPHICAL AREA AND ABILITY TO MAINTAIN APPROPRIATE OFFICE AND STAFF PRESENCE IN REGION IX. (AS PRESENTED IN SECTION H AND PART II OF FIRM'S SF 330) The offeror shall demonstrate its ability to provide available, experienced and fully trained personnel at the skill levels, disciplines, and quantities to perform the stated volume of work at sites within Region 9. The evaluation factors for this procurement are listed below in descending order of importance. Factor# 6- CAPACITY TO ACCOMPLISH THE WORK IN THE REQUIRED TIME (AS PRESENTED IN SECTION H AND PART II OF FIRM'S SF 330) The offeror shall demonstrate its ability/capacity to staff the contract with experienced trained personnel at the appropriate levels and disciplines in an effective and timely manner. The offeror will be evaluated on current and projected workload commitments. All questions related to this acquisition must be forwarded electronically to casagrande.paul@epa.gov and nematollahi-rad.sheila@epa.gov no later than May 29, 2007. EPA will consolidate the questions and post the answers to this website. Additional information for this requirement may be found on EPA's acquisition site at http://www.epa.gov/oamsrpod/pmrcsc/rac2/index.htm. The Placement Contract Specialist for this procurement is Sheila Nematollahi-Rad and can be reached at nematollahi-rad.sheila@epa.gov or (415) 972-3726. The Placement Contracting Officer for this solicitation is Paul Casagrande and can be reached at casagrande.paul@epa.gov or (415) 972-3719. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-MAY-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/EPA/OAM/RegIX/PR-R9-07-10112/listing.html)
 
Record
SN01295888-F 20070518/070516221912 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.