Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2010 FBO #2989
MODIFICATION

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
1/28/2010
 
Notice Type
Modification/Amendment
 
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
W91278-10-R-0043
 
Response Due
3/3/2010
 
Archive Date
5/2/2010
 
Point of Contact
Terricka D. Leonard, 251-441-6500
 
E-Mail Address
US Army Engineer District, Mobile
(terricka.d.leonard@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This notice is revised to replace the statement in the Submission Requirements:...IT SHALL BE NOTED THAT A TASK ORDER EXECUTED UNDER AN INDEFINITE DELIVERY CONTRACT IS CONSIDERED A PROJECT.... with:...WHEN LISTING PROJECTS IN PART I, SECTION F, AN INDEFINITE DELIVERY CONTRACT (IDC) WITH MULTIPLE TASK ORDERS AS EXAMPLES IS NOT CONSIDERED A PROJECT AND IF USED AS SUCH WILL NOT BE CONSIDERED BY THE SELECTION BOARD. A SINGLE TASK ORDER EXECUTED UNDER AN IDC CONTRACT IS A PROJECT.... POINT OF CONTACT FOR THIS ANNOUNCEMENT IS MRS. MARY F. BRELAND. SUBMIT QUESTIONS VIA EMAIL 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 to a combination of Small Businesses, 8(a) Small Businesses, and to all offerors on an 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 in average annual receipts for the preceding 3 fiscal years. All firms responding to this solicitation MUST identify the category(s) for which they wish to be considered. Firms should state the word UNRESTRICTED, SMALL BUSINESS, or 8(a) 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 five (5) contracts on an unrestricted basis and one (1) contract to Small Business and one (1) contract to an 8(a). Only firms considered highly qualified will be awarded a contract. No firm will receive more than one award. The value of each of the five (5) contracts awarded on the unrestricted basis will not to exceed $8,000,000 in IDIQ contract capacity over the life of the contract. The value of the two (2) contracts awarded on the restricted basis to Small-Business and 8(a) will not exceed a total of $10,000,000 in IDIQ contract capacity combined. The intent is to award $5,000,000 in IDIQ contract capacity to a Small-Business and $5,000,000 in IDIQ contract capacity to an 8(a). In the event that a contract cannot be awarded to one or the other restricted category, two (2) contracts of $5,000,000 in IDIQ contract capacity each may be awarded to highly qualified firms in the remaining restricted category. In the event that a contract cannot be awarded in either of the restricted categories, $8,000,000 in IDIQ contract capacity will be awarded to another highly qualified firm in the unrestricted category. 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 is 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; restoration; 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 and reuse 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) Civil Engineer; (10) Mechanical Engineer; (11) Electrical Engineer; and (12) Geotechnical Engineer. In addition to the above disciplines the following specialist are also required. A specialist is defined as having a degree in engineering, geology, 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: (13) Certified Fire Protection Specialist; and (14) Regulatory Specialist. Professional registration is required for the Geologist (Professional Geologist PG) and all Engineering (Professional Engineer PE) disciplines. Resumes contained in Standard Form (SF) 330, PART I, Section E, 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 the education, training, registration, overall experience, relevant experience, and longevity with the firm with respect to the proposed key disciplines. As well, the evaluation will consider the firms recent (within 5 years of the solicitation issuance date) business history with proposed subcontractors. B. Specialized Experience and Technical Competence: (1) Demonstrated breadth, knowledge and recent (within 5 years of the solicitation issuance date) experience in the execution of complex Hazardous, Toxic, and Radioactive Waste (HTRW) projects to include strategy development, plans, data gathering, analysis, evaluations, studies, designs, remedial design, and regulatory support. (2) Demonstrated breadth, knowledge and recent (within 5 years of the solicitation issuance date) direct experience with Water and Wastewater design and associated efforts to include: Design of new facilities; retrofitting existing facilities; environmental treatment process optimization; waste products recycle and re-use; water and wastewater systems modeling and analysis. (3) Demonstrated breadth, knowledge and recent (within 5 years of the solicitation issuance date) direct experience with policies, guidance and regulations of DoD services, Installation Management Agencies (IMA), Major Commands, sub-ordinate commands, ODEP, AEC, and/or other military and Federal agencies. (4) Demonstrated breadth, knowledge and recent (within 5 years of the solicitation issuance date) 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. C. Capacity to Accomplish the Work: Firms 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 bound 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 for which they wish to be considered. Firms should state the word UNRESTRICTED, SMALL BUSINESS, or 8(a) 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, bound in the SF330 at the proper location, and counted as one page. A maximum of TEN (10) projects will be reviewed in PART I, Section F. Of these 10 projects, a minimum of six (6) must be projects that were performed by the offeror as a prime contractor. The remaining projects may be projects that were performed by the offeror as a subcontractor, or they may be projects that were performed by firms that are to perform as subcontractors for the offeror. Use no more than one page per project. When listing projects in PART I, Section F an Indefinite Delivery Contract (IDC) with multiple Task Orders as examples IS NOT considered a project and if used as such WILL NOT be considered by the selection board. A SINGLE task order executed under an IDC contract is a project. The 10 projects shall specifically address the following areas of emphasis: 3 projects - HTRW Investigation (RFI, RI, human health and ecological risk assessments); 2 projects - HTRW Remedial Design; 1 projects - HTRW Feasibility Study, Proposed Plan, Public Meeting, and Record of Decision; 1 project HTRW Vapor Intrusion Investigation and/or Remedial Design; 1 project Water design using ultrafiltration and/or reverse osmosis awarded for construction; 1 project Water/Sewer Modeling that includes well pumps, storage tanks/reservoirs, and forcemains/lift stations as appropriate. 1 project Wastewater treatment plant that is either industrial in nature or domestic treatment that includes Biological Nutrient Removal (BNR) advanced treatment. 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 03 March 2010. 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 08 March 2010. 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@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
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-10-R-0043/listing.html)
 
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
 
Record
SN02052543-W 20100130/100128235613-05be95d554ae3784355f2f0deced1f88 (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.