Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2008 FBO #2362
SOLICITATION NOTICE

C -- Eight IDCs for AE Services are required for HTRW and MEC projects. These IDCs are required for various environmental projects executed by Baltimore District mission area.

Notice Date
5/13/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Corps of Engineers, Baltimore, US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-08-R0010
 
Response Due
6/12/2008
 
Point of Contact
Delmar Sutton, 410-962-2063
 
Small Business Set-Aside
8a Competitive
 
Description
17. CONTRACT INFORMATION: Eight (8) Indefinite Delivery Contracts (IDCs) for Architect Engineer Services are required for Hazardous, Toxic, and Radioactive Waste (HTRW) and Munitions and Explosives of Concern (MEC) projects. These IDCs, procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are required for various environmental projects executed by Baltimore District mission area. HTRW sites may be located anywhere within the boundaries of the North Atlantic Division and assigned mission areas. Eight contracts will be managed by Baltimore District: six unrestricted competitive acquisition fixed price and cost reimbursable, maximum award amount $12,000,000; and two 8(a) competitive acquisition fixed price, maximum award amount $6,000,000. 8(a) competitive acquisitions are restricted to SBA small business standards (NAICS 541330). The selection process and award of a contract under this Federal Business Opportunities (FBO) announcement shall be subject to the prohibitions and restrictions of the Federal Acquisitions Regulations (FAR), Subpart 9.5, Organizational and Consultant Conflicts of Interest. Services will be procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36. Awards will be for Indefinite Delivery Contracts with a five-year base period. There will be no minimum or maximum per delivery order. Offerors shall indicate in order of preference which of the above contracts they are qualified and interested in being considered for. No firm will be selected for more than one contract as a prime. Subcontracting Plan Requirements: If the Architect-Engineer selected through the unrestricted portion of the solicitation is a large business concern, the A-E shall be required to submit a subcontracting plan with the final proposal. The plan must be consistent with Section 806 (b)(2) of PL 99-661, PL 100-180, and PL 100-656. Subcontract awards to Small Disadvantaged Businesses (SDB), Historically Black Colleges & Universities (HBCUs) and/or Minority Institutes (MIs) should be included in the plan. The following subcontracting goals are considered to be reasonable and achievable. Award approximately 50 percent of the total subcontracting dollars to all small business concerns, 10 percent of the total subcontracting dollars to small disadvantaged business, to include historically black colleges and universities or minority institutes, 8 percent of the total subcontracting dollars to women-owned small businesses (WOSB), 3 percent of the total subcontracting dollars to service disabled veteran-owned small business, and 3 percent of the total subcontracting dollars to HUBZone small business. The plan is not required with this submittal. 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. PROJECT INFORMATION: The work includes, but is not limited to, study, investigation, design and construction phase engineering services for HTRW and MEC sites. HTRW and MEC sites may be located anywhere within the boundaries of the North Atlantic Division, and other mission areas as assigned. The sites may be: (1) currently owned or controlled by the Federal Government, including military or civilian agencies, (2) Formerly Used Defense Sites (FUDS); (3) Formerly Utilized Sites Remedial Action Program (FUSRAP) sites, or (4) other sites where the USACE is authorized to perform HTRW studies, investigations, designs, or incidental environmental remediation services in support of remedial actions and long-term O&M. Expertise required includes, but is not limited to:1. RCRA/CERCLA cleanup process, 2. Design and implementation of remediation strategies, 3. Engineering services during construction of HTRW remediation projects. 4. Operations and maintenance of HTRW remediation systems. 5. Ordnance and explosives safety, 6. Familiarity with and experience in local, state and Federal regulatory compliance to include negotiations with regulatory agencies (authorities), 7. Familiarity with DoD environmental and ordnance cleanup requirements. 8. Environmental chemistry, data collection, management and interpretation, 9. Geological, geotechnical and geophysical investigations, 10. Groundwater investigation and modeling, 11. Toxicology, human health and ecological risk assessment, health physics and industrial hygiene, 12. Community and public involvement. SELECTION CRITERIA: See note 24 for general instructions. Additional selection criteria are as follows: 1. Specialized experience in HTRW and MEC projects. 2. Identification and qualifications of key personnel. Offerors must have the ability to provide qualified, registered personnel to accomplish the mission requirements specified above. 3. Management approach (to include quality, safety and cost control). Offerors are required to have analytical chemistry testing capability. 4. Management information systems. Offerors are required to be familiar with and provide products in CADD (Microstation, AutoCAD) format, MCACES, RACER, Specsintact and GIS. Additional selection criteria for only the unrestricted acquisitions will include: 1. Experience in cost reimbursable contract management; 2. SB and SBD PARTICIPATION: Extent of participation of small businesses, small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated team effort. Qualification statements must clearly indicate the location of the offices that will perform the work at defined locations. SUBMISSION REQUIREMENTS Architect-Engineer firms meeting the requirements described in this announcement are invited to submit three copies of an SF-330. The SF-330 shall be submitted within thirty days of the publication of this notice to the address provided above in item #7. A PART II is required for each Branch Office of the prime contractor and all sub-contractors that will have a key role in the proposed contract. PART 1 of the SF-330 is limited to 100 pages. Print size shall be no smaller than 12 point. Foldouts are discouraged; if used, they will count as two pages. Be advised that the Baltimore District does not maintain SF-330s at this office. In order to comply with Debt Collection Improvement Act of 1996, effective March 1, 98, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. Contact CCR Web site at http://www.acq.osd.mil/ec. Include your firms DUNS number in block 5 of the SF-330 PART I. For ACASS Information call 503-808-4591. No other general notification to firms under consideration for this project will be made prior to selection completion. Contracting Point of Contact: Mr. Jeff May (410) 962-5617 e-mail: jeffery.b.may@usace.army.mil POC Technical Inquiries: Mr. David Morrow (410) 962-2207 e-mail: david.morrow@usace.army.mil This is not a request for proposal. This is strictly Architect Engineering, (NAICS Code 541330) submittals of SF 330s only.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=30e547e470664a2178eae6a1013de15a&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21203
 
Record
SN01572219-W 20080515/080513221102-30e547e470664a2178eae6a1013de15a (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.