Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2007 FBO #2123
SOLICITATION NOTICE

C -- Indefinite Delivery Architect-Engineer Services Contract For HTRW, Primarily Various Locations, Alaska

Notice Date
9/17/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Corp of Engineers, Alaska, CEPOA-CT, P. O. Box 6898, Elmendorf AFB, AK 99506-6898
 
ZIP Code
99506-6898
 
Solicitation Number
W911KB-07-R-0036
 
Response Due
10/18/2007
 
Archive Date
12/17/2007
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: No additional information shall be provided and no solicitation will be issued. Interested firms shall respond by submitting a SF 330 listing their qualifications in accordance with the instructions below. Submittals must be received at the address indicated above not later than COB (4:00 pm Alaska time) on October 18, 2007. This is not a request for proposal. This Indefinite Delivery contract(s) is being procured in accordance with the Brooks A-E Act as implemented in FA R Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. North American Industrial Classification System code is 541330, which has a size standard of $4,500,000 in average annual re ceipts. To receive award contractors must be registered in the CCR. 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 subcontrac t. The FY 07 subcontracting goals for this contract are a minimum of 51.2% of the contractor's intended sub contract amount be placed with small businesses, with 8.8% of that to small, disadvantaged businesses, 7.3% to woman-owned small businesses, 3.1% t o HUB Zone small businesses, and 1.5% to service disabled veteran owned small businesses. The subcontracting plan is not required with this submittal. More than one contract is anticipated, but no more than two (2) contracts will be awarded. Contracts m ay be awarded concurrently or may be staggered at two (2) to six (6) month intervals. The contract(s) shall be indefinite delivery firm fixed price with a contract limit of $7,500,000 over five years. There is no specific task order limit except the limi t of the contract(s). The first contract award is anticipated for the 2nd quarter of FY 2008 (Jan - Mar 2008). This District currently has a contract in place for like services. The allocation of requirements to each of these contracts will be based on the assessment of best value for the Government, and may include an assessment by the Government of any or all of the following factors. a. Equitable allocation of work among contracts; b. Specific and unique capabilities; c. Apparent capacity of the cont ractor to perform the anticipated type of work; d. Past performance on earlier orders under the contract, including quality, timeliness and cost control; e. Ability to accomplish the order in the required time, and meet required delivery schedules. f. Exp erience and/or ongoing work (locality and/or type); understanding of local factors and geography. g. Remaining contract capacity to include potential impact on other orders placed with the contractor. h. Minimum order requirements. i. Available personne l. j. The amount of time contractors need to make informed business decisions on whether to respond to potential orders. In accordance with FAR 16.505 (b)(1), the contracting officer must provide each awardee a fair opportunity to be considered for each order exceeding $3,000 issued under multiple delivery-order contracts or multiple task-order contracts, except as provided for below. Exceptions to the fair opportunity process. The contracting officer shall give every awardee a fair opportunity to be co nsidered for a delivery-order or task-order exceeding $3,000 unless one of the following statutory exceptions applies: a. The agency need for the supplies or services is so urgent that providing a fair opportunity would result in unacceptable delays; b. O nly one awardee is capable of providing the supplies or services required at the level of quality required because the supplies or services ordered are unique or highly specialized; c. The order must be issued on a sole-source basis in the interest of econ omy and efficiency because it is a logical follow-on to an order already issued under the contract, provided that all awardees were given a fair opportunity to be considered for the original order. d. It is necessary to place an order to satisfy a minimum guarantee. All responders are advised that this contract may be canceled or revised at any time during the solicitation, selection, evaluation, negotiation, a nd final award. In addition, no projects are yet authorized and no funds are presently available. This solicitation does not guarantee work to selected firms. To be eligible for contract award, a firm must be registered in the DoD Central Contractor Reg istration (CCR) and Online Representations and Certifications Application (ORCA). Register via the CCR Internet site at http://www.ccr.gov or by calling the CCR Assistance Center at 888-227-2423 or 269-961-5757. For ORCA, register at https://orca.bpn.gov /login.aspx Responding firms must address each discipline, clearly indicate which shall be subcontracted, and provide a separate SF330 for each subcontractor necessary. The AE contractor shall employ, for the purpose of performing that portion of the con tract work in the State of Alaska, individuals who are residents of the State, and who, in the case of any craft or trade, possess or would be able to acquire promptly the necessary skills to perform the contract. (This means that work physically complete d in the state of Alaska must use Alaska residents. Please contact the Administrative POC above if you require further explanation.). 2. PROJECT INFORMATION: The selected A-E firm would be required to have sufficient staff, flexibility, and capability t o be available on an as-needed basis. The Corps HTRW program covers planning and design for cleanup of unsafe, hazardous, toxic, and radiological wastes, and debris at various locations in Alaska. The selected firm must have the skills for and may perfor m any or all of the following tasks: technical expertise in all phases of environmental and HTRW management; chemical sampling; resource and regulatory agency coordination; RCRA/CERCLA/SARA/TSCA compliance as appropriate for specific sites or projects; det ailed record and title searches; community relations; developing conceptual site models; developing scopes of work (SOW) supervising and performing assessments; site investigation; remedial investigation/feasibility studies; debris inventory; establishment of Data Quality Objectives (DQOs); developing and implementing sampling analysis, chemical QA/OC, and health and safety plans; assessment of chemical data quality and development of chemical quality assurance reports, reviewing and interpreting chemical s ampling analysis, and developing alternative cleanup levels; performing hazard assessments and human health and ecological exposure/risk assessment; selecting the most appropriate, cost effective remedial action; scoring the site using the EPA Hazard Ranki ng System (HRS); preparing air emissions studies and compliance with CAA, remedial action plans, and cost estimates; perform chemical data validation that complies with current USEPA Level IV functional guideline requirements ; perform underground storage tank assessment work (requires Quality Assurance Program Plan (QAPP) approved by the Alaska Department of Environmental Conservation); and technical support during the construction phase. The selected firm must demonstrate the ability to provide AutoCAD f ormatted drawings and all support files that conform to and are compatible with the Alaska District CAD systems through the life of this contract, for all projects. Firms should have access to laboratories participating in the EPA Contract Laboratory Prog ram (CLP) or the equivalent capabilities required for the CLP. The lab facilities will require Corps of Engineers validation for all required testing. The validation requires a comprehensive laboratory Quality Control (QC) manual, successful analyses of performance audit (PA) samples, laboratory facility inspection, and personnel interviews. 3. LOCATION: Various Locations, Alaska. 4. SELECTION CRITERIA: Th e candidate A-E firms shall be ranked in accordance with the selection criteria. The following selection criteria are listed in descending order of importance. Criteria (A)-(D) are primary selection criterion: (A) Minimum requirements for professional q ualifications: (1) Two (2) senior level staff each with a minimum of 10 years experience of which 5 years are specifically related to environmental and HTRW activities; One (1) senior chemist with a minimum of 5 years experience with CERCLA and RCRA test methods; One (1) biologist experienced with the National Environmental Policy Act and the ecological assessment of hazardous waste sites under CERCLA; Three (3) professionally registered engineers (at least one (1) Civil Engineer) with a demonstrated backg round in environmental engineering, site investigations and remediation. One (1) American Board of Industrial Hygiene certified industrial hygienist; One (1) registered geologist/groundwater hydrologist; One (1) toxicologist; One (1) environmental consult ant skilled in public involvement and community relations, with emphasis on rural Alaska communities; and One (1) field chemist (The field chemist must have a minimum of 2 years chemical and environmental sampling experience). (2) AE Firm(s) should be mul ti-disciplined in the environmental field but may subcontract certain specialized work such as: underground storage tank assessment work; preparation of risk assessment and treatability studies; and chemical data validation to comply with USEPA Level IV. Responding firms must address each discipline, clearly indicate which shall be subcontracted, and provide a separate SF330 for each subcontractor. (B) Specialized experience and technical competence in investigative and remediation design and risk assessm ent HTRW-type of work; (C) Capacity to maintain schedules and accomplish required work in the required time; (D) Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with schedules; NOTE: Criteria (E)-( G) are secondary and will only be used as 'tie-breakers' among firms which are rated as technically equal after the interview phase of the selection process. The secondary selection criteria in descending order of importance are: (E) SB and SDB Participa tion. (F) Geographic Proximity. (G) Volume of DoD Contract Awards. 5. SUBMISSION REQUIREMENTS: Firms submitting their qualifications should provide ONLY 1 copy and must include the following additional information as indicated: a) Part I, block c (11) : include if previously worked with subcontractor and estimated percentage involvement for each team member; b) Part I, block F (24): include separate values for professional fee and construction for each project identified; and c) Part I, block H (3): add ress how your team meets each selection criterion. Include an organization chart of the key personnel to be assigned to the project. The 6/04 edition of the SF330 MUST be used, and may be obtained from the Government Printing Office at: http://www.gsa.go v/Portal/gsa/ep/formslibrary.do?formType=SF or from commercial software suppliers for use with personal computers and laser printers in both Adobe Acrobat PDF and Form Flow formats. Part I-H of the SF 330 describes the firms overall Design Quality Manage ment Plan. A detailed contract-specific Design Quality Management Plan, which includes quality control and quality assurance plans, must be prepared for Government approval as a condition of contract award, but is not required with this submission. Part I and II of the SF 330 must be submitted. Submittals must be received at the address indicated above not later than COB (4:00 pm Alaska time) on the above response date. Any submittals received after this date will not be considered. Note regarding hand carried submittals, express mail or mail delivered commercially: VISITORS TO ELMENDORF AFB: NOTE: BE ADVISED THAT DUE TO BASE SECURITY MEASURES, YOU WILL NEE D EXTRA TIME TO PROCESS THROUGH THE GATE. You are required to have the following to obtain a base pass: current Anchorage emissions control inspection certificate, driver's license, DOD ID card (if applicable), proof of insurance, Alaska vehicle registrat ion, and Contracting Division point of contact/telephone number. In addition, contractor must submit a request for pass at least 48 hours prior to desired date and time of base entry. For a day pass request, please contact Roger D. Williams, at 907-753-5 571 or e-mail request to roger.david.williams@usace.army.mil. Requests forwarded after this date will not be considered. No additional information shall be provided, and no faxed or e-mailed submittals shall be accepted. This is not a request for propos al.
 
Place of Performance
Address: US Army Corp of Engineers, Alaska CEPOA-CT, P. O. Box 6898, Elmendorf AFB AK
Zip Code: 99506-6898
Country: US
 
Record
SN01409702-W 20070919/070917221449 (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.