Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 24, 2007 FBO #2158
SOLICITATION NOTICE

C -- Solicitation Notice for an Indefinite Delivery Contract (IDC) for Architect and Engineering (A-E) Services for the Mobile District, U.S. Army Corps Of Engineers to Provide Environmental Support to Military, Civil, and Federal Agencies.

Notice Date
10/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-08-R-0012
 
Response Due
11/20/2007
 
Archive Date
1/19/2008
 
Point of Contact
Cy C. Simons, 251-441-6510
 
E-Mail Address
Email your questions to US Army Engineer District, Mobile
(cy.c.simons@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Description: POINT OF CONTACT FOR THIS ANNOUNCEMENT IS MR. JOHN D. HIGBY, JR. SUBMIT QUESTIONS TO FAX 251 694-3626. This notice is posted in its entirety and hereby serves as the official solicitation for this project. CONTRACT INFORMATION: A-E services are required for an IDC to provide environmental support to military, civil, and federal agencies. It includes professional services to support military and civil environmental programs for Army, Army Reserves, National G uard, other Department of Defense Services and other Federal Agencies. The contractor will be required to perform services at federal/military projects throughout the world, including the Continental United States, its territories, South and Central Americ a and other world nations. This announcement will result with at least three (3) awards being made on an unrestricted basis. This announcement is open to all businesses regardless of size. The contract will be awarded for a term not to exceed a total of th ree (3) years. Work under this contract to be subject to satisfactory negotiation of individual task orders, with the total IDC contract value not to exceed $5,000,000 over the three-year life of the contract. There is a possibility that multiple contracts may be awarded on this solicitation meaning more than one contractor can be selected. Selection of A-E firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required se rvices. All interested Architect-Engineers are reminded that, in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged firms. 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 subcontract. The subcontracting goals for this c ontract are as follows: a minimum of 51.2% of the contractor's intended subcontract amount be placed with small businesses (SB), 8.8 % be placed with small disadvantaged businesses (SDB), 7.3 % be placed with women-owned small businesses (WOSB), 3.1 % be p laced with HUB Zone small business, and 1.5% be placed with Service-Disabled Veteran-Owned Small Business. The subcontracting plan is not required with this submittal. The North American Industry Classification System (NAICS) code for this action is 541330 . PROJECT INFORMATION: A-E Services provided under this contract will include, but are not limited to all types of environmental support for the following: Army Base Realignment and Closure (BRAC) and other Army Force Structure and Organizational Realignm ent, Privatization of Military utilities, Family Housing, Lodging and other facilities; Department of Defense, U.S. Air Force, U.S. Navy, and U.S. Marine Corps projects; U.S. Army Corps of Engineers Federal military and civil works projects; Department of Homeland Security agency projects; all compliance and conformance issues; development and management of land, natural and cultural resources programs; study of contaminated sites; other water quality or water supply studies. It will include but not be limi ted to preparation of any of the following: All products and studies associated with preparation of National Environmental Policy Act (NEPA) Documents; Integrated Natural Resource Management Plans; Integrated Cultural Resource Management Plans; Endangered Species Management Plans and Section 7 compliance documentation and studies; Clean Water Act documentation and implementing guidance Clean Air Act documentation and implementing guidance. Specific services include: scientific analyses and assessments of bi ological, ecological, cultural/historic/architectural, and archaeological resources at all study and survey levels, terrestrial and underwater; threatened and endangered species inven tories; biological assessments; Section 7 of the Endangered Species Act consultation assistance; habitat evaluations; wetlands delineations identification of current trends, cumulative effects, and projected land uses, including potential use and reuse alt ernatives; identification and evaluation of potential impact mitigation measures; economic evaluations; preparation of master plans for development and management of military and civil facilities, including natural and cultural resources management plannin g; coordination with interested Federal, state and local agencies and organizations; preparation of public involvement plans and facilitation of public meetings; regulatory compliance; Geographic Information Systems and similar technologies and web based p rogram management techniques. Additional services will include those activities required for the preparation of an Environmental Baseline Survey/Environmental Condition of Property studies; support to real estate activities including leases, licenses, land acquisitions, and reports of availability, preparation of Findings of Suitability to Transfer and/or Findings of Suitability to Lease, decision documents that incorporate all essential issues; the preparation of Clean-up Plans. SELECTION CRITERIA: The s election criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A thru D are primary. Criterion E is secondary and will only be used as (tie-breakers) among technically equal firms. A. Professional Qualifications: The selected firm must have, either in-house or through consultants, the following disciplines: (1) Project Manager (2) Environmental Engineer; (3) Biologist; (4) Ecologist; (5) Water Resource and Land-use Planners; (6) Cult ural Resources Specialist; (7) Air Quality Specialist; (8) Traffic Specialist; (9) Socio-economist; (10) Real Property Master Planner; (11) Geologist; (12) Civil Engineer; (13) Industrial Hygienist; (14) Chemical Engineer; (15) Chemist; Registration is req uired for the: Environmental Engineer, Civil Engineer, Chemical Engineer. Resumes contained in Standard Form (SF) 330, PART I, Section E, Page 3 shall be completed for each discipline. ROLE IN THIS CONTRACT, Block 13 under PART I, Section E must use the sa me discipline nomenclature as is listed in this announcement. If an individual will serve in more than one discipline then those disciplines shall be clearly indicated in Block 13, PART I, Section E. The evaluation will consider education, training, regis tration, overall and relevant experience, and longevity with the firm. B. Specialized Experience and Technical Competence: (1) Demonstrated breadth, knowledge and experience of current U.S. Army, U.S. Army Corps of Engineers and other military and Federal agency policies, guidance, and regulations for preparation of all levels of NEPA documentation and supporting studies. (2) Knowledge and experience with implementation of Army NEPA actions and methodologies in support of current Army transition programs, t o include but not limited to BRAC and Grow the Force. (3) Experience with preparation of environmental documentation for the Armys force structure, training, and operations. (4) Knowledge and experience with Endangered Species Act, Clean Air and Water Act s, National Historic Preservation Act, Coastal Zone Management Act, and related Executive Orders. (5) Demonstrated experience in working environmental projects/issues with the following agencies and offices: Headquarters, Department of the Army; Army Insta llation Management Command; Army Major Commands; Army Environmental Center; Army Installations; Environmental Protection Agency; Department of Homeland Security; President's Council on Environmental Quality; Other Department of Defense agencies: US Air For ce, US Navy, US Marine Corps. (6) In Block H of the SF 330 describe the firm's quality management plan, including quality assurance process, project scheduling, coordination of the in-house work with consultants, and prior experience of the prime firm and any significant consultant. C. Capacity to Accomplish the Work: Firms shall demonstrate the capacity to accomplish at least five (5) $500,000 individual task or ders simultaneously. D. Past Performance: Past performance on Army and other DOD contracts with respect to cost control, quality of work, and compliance with performance schedules. Evaluations will be based on established ACASS ratings and other credible documentation included in the SF 330. E. Small Business, Small Disadvantaged Business and Women-Owned Small Business Participation: Extent of participation of small businesses, small disadvantaged businesses, women-owned small businesses, historically blac k colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are inv ited to submit one (1) completed and bound paper copy of their SF 330 (Architect-Engineer Qualifications) to: U.S. Army Corps of Engineers, Mobile District, CESAM-EN-DW, ATTN: Mrs. Mary F. Breland, 109 St. Joseph Street, Mobile, AL 36602. SF 330, 6/2004 ed ition, must be used, and may be obtained from the Government Printing Office or from the following web site: http://contacts.gsa.gov/webforms.nsf/22f268ed0a398629852569a4006ed7cc?OpenView&Start=30. Include DUNS number in Block 5 of the SF330 PART I, Sectio n B. A firm located within the United States may obtain a DUNS number by calling Dun and Bradstreet at 1-866-705-5711 or via the Internet at http://www.dnb.com/us/. If the firm is located outside the United States, the local Dun and Bradstreet office shoul d be contacted. All fonts shall be at least 10 or larger. Submittals must be received no later than 3:00 P.M. Central Time on 20 November 2007. Regulation requires that the Selection Board not consider any submittals received after this time and date. Late proposal rules in FAR 15.412 will be followed for submittals received after 3:00 P.M. Central Time on the closing date specified in this announcement. Include ACASS number in SF330 PART I, Section B, of Block 5. To obtain ACASS number, call the ACASS Cent er at 503-808-4591. A maximum of fifteen (15) projects including the prime and consultants, will be reviewed in PART I, Section (F). Use no more than one page per project. It shall be noted that a task order executed under an Indefinite Delivery Contract i s considered a Project. In Block G-26, along with the name, include the firm with whom the person is associated. Part I of the SF 330 form is limited to 75 pages. A Part II is required for each branch office of the Prime Firm and any Subcontractors that wi ll have a key role in the proposed contract. This is not a request for proposal. Solicitation packages are not provided. The A-E Evaluation Board (Selection Board) is tentatively scheduled to commence on 26 November 2007. As required by acquisition regulat ions, interviews for the purpose of discussing prospective contractors' qualifications for the contract will be conducted only for those firms considered most highly qualified after submittal review by the selection board. Interviews will be conducted by t elephone and will most likely occur the same week that the Selection Board convenes. Phone calls to discuss the solicitation are discouraged unless absolutely necessary. Personal visits for the purpose of discussing this solicitation are not allowed. To be eligible for contract award, a firm must be registered with the Central Contractor Registration database. For instructions on registering with the CCR, please see the CCR Web site at http://www.acq.osd.mil/ec.
 
Place of Performance
Address: US Army Engineer District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
Zip Code: 36628-0001
Country: US
 
Record
SN01438721-W 20071024/071022223644 (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.