Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2008 FBO #2566
SOLICITATION NOTICE

C -- 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
12/3/2008
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Engineer District, Mobile, 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
W91278-09-R-0023
 
Response Due
1/14/2009
 
Archive Date
3/15/2009
 
Point of Contact
Loretta L Tanner, 251 441-6510<br />
 
Small Business Set-Aside
Partial Small Business
 
Description
POINT OF CONTACT FOR THIS ANNOUNCEMENT IS MRS. MARY F. BRELAND. SUBMIT QUESTIONS VIA E-MAIL TO mary.f.breland@usace.army.mil. This notice is posted in its entirety and hereby serves as the official solicitation for this project. CONTRACT INFORMATION: Architect -Engineer (A-E) services are required for an Indefinite Delivery Contract (IDC) to provide environmental support to military, civil, and federal agencies. The A-E will be required to perform services at federal/military projects throughout the world, including the Continental United States, its territories, South and Central America and other world nations. Multiple awards will be made from this solicitation. This solicitation will result with at least six (6) awards being made in a combination from a small-business set-aside, 8(a) competitive, and unrestricted basis. The unrestricted basis is open to all interested parties regardless of business size. The small business size standard is a maximum of $4.5 million of average annual receipts for its preceding 3 fiscal years. All firms responding to this solicitation MUST identify the category they wish to be considered. Firms should state the word (UNRESTRICTED), (SMALL BUSINESS), or (8A) after the solicitation number in PART I, A. Block 3 of form SF 330. A separate response (SF 330) MUST be submitted for each category in which the firm wants consideration. It is the intent to award four (4) contracts from the unrestricted selection, one (1) from the small-business set-aside, and one (1) from the 8(a). Only firms considered highly qualified will be awarded a contract. No one firm will receive more than one award. The value for each contract awarded under the unrestricted basis will not to exceed $10,000,000 over the life of the contract. The value for contracts awarded under the small-business set-aside, and the 8(a) competitive basis will not exceed $5,000,000 over the life of the contract. Contracts awarded will not exceed a term of five (5) years. Rates will be negotiated for each 12-month period of the contract. Work under this contract to be subject to satisfactory negotiation of individual task orders. 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 services. All interested A-E firms 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 goal for this contract is a minimum of 70% of the firm's intended subcontract amount be placed with Small Businesses (SB). Within the 70% the following goals are as follows: 6.2% be placed with Small Disadvantaged Businesses (SDB); 7.0% be placed with Women-Owned Small Businesses (WOSB); 9.8% be placed with HUB Zone Small Business; 3.0% be placed with Veteran-Owned Small Business; and 0.9% be placed with Service-Disabled Veteran-Owned Small Business. If a large business firm is selected for this contract, it will be required to submit a detailed subcontracting plan during contract negotiation. If the selected firm intends to submit a plan with lesser goals, it must submit written rationale in the plan why the above goals cannot be met. A firm fixed price contract will be negotiated. The North American Industry Classification System (NAICS) code for this action is 541330. PROJECT INFORMATION: A-E services provided under this contract will comply with, but are not limited to, any or all of the following: (a) Resource Conservation and Recovery Act (RCRA); Clean Air Act (CAA); Safe Drinking Water Act (SDWA); Clean Water Act (CWA); Toxic Substances Control Act (TSCA); Comprehensive Environmental Response, Compensation and Liability Act (CERCLA); National Environmental Policy Act (NEPA); Energy Policy Act 2005; compliance; pollution prevention; conservation; Department of Defense Instruction; Executive Orders; policy, guidance, programmatic and operational program execution strategy; planning; permitting and technical support; environmental management systems; information technology tool refinement, customization, population and implementation; environmental training strategy and awareness; water compliance plans; vulnerability assessments; compliance assessments; facility audits; environmental baseline surveys; DoD Services; Medical Departments and health services support; audits and assessments; planning studies and evaluations; geographic information system support; compliance monitoring, recordkeeping and reporting. Additional projects may include range and training program support, solid waste, RCRA evaluations, and management plans; DoD awards development; sustainability program initiatives and planning; ozone depleting substance (ODS) evaluations and elimination plans; energy studies and audits; facility evaluations and audits; Leadership in Energy and Environmental Design (LEED) technical support and building commissioning; programmatic support of installation restoration and munitions response compliance cleanup programs; greenhouse gas initiatives; air quality monitoring, testing and permitting; air dispersion modeling; asbestos and lead-based paint sampling and report preparation; and real estate site assessments. (b) Operational Range Assessments for Department of Defense (DoD) installations; range environmental vulnerability assessments; Military Munitions Response Program; DoD Safety and Environmental Regulations and Guidance, other Department of Defense regulations and Executive Orders including but not limited to: DoD Directive 4715.11 Environmental and Explosives Safety Management on Operational Ranges within the United States; DoD Directive 3200.15 Sustainment of Ranges and Operating Areas; Sections 311-312 of the National Defense Authorization Act of FY02; DERP Management Guidance, September 2001. (c) Hazardous, toxic and radioactive material/waste site investigations/assessments; remedial investigations and feasibility studies; treatability studies; pilot studies; remedial designs; risk assessments; sampling and analyses; data validation; electronic data management; geotechnical investigations; monitoring well installation; groundwater modeling; groundwater and surface water quality assessments; water reuse initiatives; vapor intrusion monitoring, assessment and modeling. (d) Design and technical services relating to water treatment plant, both potable and industrial; wastewater treatment plants, domestic and industrial; pumping and piping systems, both pressure and gravity flows; hydraulic modeling. The majority of the work will be located in the United States; however, work may be located in Central or South America, Puerto Rico, the U.S. Virgin Islands, as well as locations throughout the world as may be assigned to the Mobile District, or the other districts within South Atlantic Division. SELECTION CRITERIA: The selection 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) Chemist; (4) Geologist; (5) Biologist; (6) Geophysicist; (7) Certified Industrial Hygienist; (8) Chemical Engineer; (9) Certified Energy Manager; (10) Geotechnical Engineer; (11) Civil Engineer ( specialized experience in Range Design); (12) Electrical Engineer; (13) Mechanical Engineer; (14) Structural Engineer; and (15) Architect. In addition to the above disciplines the following specialist are also required. A specialist is defined as having a degree in engineering, geology, architecture, or science from an accredited university, has at least five (5) years recent and direct experience, and training in the area of specialization. These specialists are: (16) Air Quality Specialist; (17) Regulatory Specialist; (18) Clean Water Act Specialist and (19) RCRA Specialist. Registration is required for the Architects, Geologist, and all Engineering disciplines. 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 same 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, registration, overall and relevant experience, longevity with the firm, and successful business history with subcontracting team. B. Specialized Experience and Technical Competence: (1) Demonstrated breadth, knowledge and recent (within 5 years) experience in the execution of complex environmental compliance, pollution prevention, and conservation projects to include strategy development, plans, data gathering, analysis, evaluations, studies, designs and permitting actions. (2) Demonstrated breadth, knowledge and recent (within 5 years) direct experience with analyzing and evaluating environmental regulations for implementing studies, designs, and program initiatives in compliance with Department of Defense instruction, policy and guidance, as well as State, Federal and local criteria. (3) Demonstrated breadth, knowledge and recent (within 5 years) direct experience with the production or enhancement of environmental management systems; GIS and environmental database management in an enterprise environment; CAA, CWA, RCRA (C, D, and I) to include permitting, document updates, revisions, and regulatory coordination. (4) Demonstrated breadth, knowledge and recent (within 5 years) direct experience with Military Munitions Response Program, performance of comprehensive range design and range evaluations, Operational Range Assessments, identification of munitions constituents associated with operational ranges, military munitions rule and associated range support activities. (5) Demonstrated breadth, knowledge and recent (within 5 years) direct experience providing comprehensive programmatic support of policies, guidance and regulations for various DoD services, Installation Management Agencies (IMA), Major Commands, sub-ordinate commands, ODEP, AEC, and/or other military and Federal agencies. C. Capacity to Accomplish the Work: Firms proposing under the unrestricted category shall demonstrate the capacity to accomplish at least four (4) $500,000 individual task orders simultaneously. Firms proposing under the small business or 8(a) category shall demonstrate the capacity to accomplish at least two (2) $500,000 individual task orders 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 black 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 invited to submit one (1) completed paper copy of their SF 330 (Architect-Engineer Qualifications) for each category to be considered, 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 edition 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. All firms responding to this solicitation MUST identify the category they wish to be considered. Firms should state the word (UNRESTRICTED), (SMALL BUSINESS), or (8A) after the solicitation number in PART I, A. Block 3 of form SF 330. A separate response (SF 330) MUST be submitted for each category in which the firm wants consideration. All fonts shall be at least 12 or larger. Pages shall be 8-1/2 inches by 11 inches. Part I of the SF 330 form is limited to 95 pages. Blank sheets/tabs separating the sections within the SF 330 will not count against the maximum page count for PART I. Include DUNS number in SF330 PART I, Section B, Block 5. 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 should be contacted. The organization chart required in section D and the matrix required as Section G, Part I of the SF330 may be presented on a sheet up to 11 inches by 17 inches. If an 11 inch by 17 inch sheet is used it shall be neatly folded to 8-1/2 inches by 11 inches, bounded in the SF330 at the proper location, and counted as one page. A maximum of TWELVE (12) 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 is considered a Project. The 12 projects shall specifically address the following areas of emphasis: 3 projects - complex environmental compliance/reporting/permitting; 1 project Operational Range Assessments; 2 projects- Range Design; 1 project - GIS/Data management; 3 projects - Pollution Prevention; 2 projects - Environmental Management System. In Block G-26, along with the name, include the firm with whom the person is associated. A Part II is required for each branch office of the Prime Firm and any Subcontractors that will have a key role in the proposed contract. Submittals must be received no later that 3:00 P.M. central time on 14 January 2009. 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. 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 20 January 2009. As required by acquisition regulations, interviews for the purpose of discussing prospective contractor 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 telephone and will most likely occur the same week that the Selection Board convenes. Phone calls and personal visits for the purpose of discussing this solicitation are not allowed. To verify your proposal has been delivered, you may e-mail Mary Breland at: mary.f.breland@sam.usace.army.mil. 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.ccr.gov/.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2bbd3f4df5eb36a8da0dba569d6059d7&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL<br />
Zip Code: 36628-0001<br />
 
Record
SN01713012-W 20081205/081203220650-2bbd3f4df5eb36a8da0dba569d6059d7 (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.