Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2010 FBO #3198
SOLICITATION NOTICE

C -- Indefinite Delivery Contract for Monitoring of the Historic Area Remediation Site (HARS) and New York Bight.

Notice Date
8/25/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-10-AE-0003
 
Response Due
9/28/2010
 
Archive Date
11/27/2010
 
Point of Contact
Albert Rumph, 9177908078
 
E-Mail Address
USACE District, New York
(albert.c.rumph@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 1. CONTRACT INFORMATION: This contract is being procured in accordance with the EFARS Sub-Part 19.5, Set-Asides for Small Business and in accordance with the Brooks Act. The North American Industry Classification System (NAICS) Code is 541330. Size standard is $4.5 Million Dollars. The number one (1) ranked small business firm will be selected for negotiation based on demonstrated competence and qualifications for the required work. The length of the contract is a maximum of sixty (60) months and will not include optional time periods. The total capacity of the contract will not exceed $ 10,000,000 (EFARS 36.601-3-90(b)). Task Orders will be issued by negotiated firm-fixed-price task orders and will be negotiated and issued under the terms and conditions of this Indefinite Delivery Contract. The Government shall be under no obligation to issue any particular number or types of orders and no liability to the contractor shall be incurred in the event that a certain number or types of orders are not issued; however, the Government guarantees a minimum ordering obligation as $35,000 for the basic contract (NOTE: This is a minimum ordering obligation; NOT a minimum payment. Contractor shall only be entitled to breach of contract damages, i.e., anticipated profit for an order of this amount and provable standby costs in the event that the Government does not issue orders for the value of the minimum-ordering guarantee.) Labor rates for each discipline, overhead rates and escalation factors for each calendar year will be negotiated in the basic contract. Escalation factors will be negotiated and applied to each time period of the contract. Each time period will consist of 365 calendar days. The selected small business A-E firm will need to demonstrate capability to perform at least 51% of the contract work listed below in accordance with EP 715-1-7, Chapter 3-8 (2) c which can be found at http://www.usace.army.mil/publications/eng-pamphlets/ep715-1-7/toc.htm In particular, in order to be awarded a small business contract the concern must agree that: In the case of a contract for services (except construction), the concern will perform at least 50 percent of the cost of the contract incurred for personnel with its own employees. A HUBZone small business concern agrees that in the performance of the contract, in the case of a contract for services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other HUBZone small business concerns. In order to be awarded a SDVOSB SA contract the concern must agree that: In the case of a contract for services (except construction), the SDVO SBC spends at least 50 percent of the cost of the contract incurred for personnel on the concerns employees or on the employees of other SDVO SBCs. In accordance with FAR 52.244-4 Subcontractors and Outside Associates and Consultants (Architect-Engineer Services). (Aug 1998), the following applies: Any subcontractors and outside associates or consultants required by the Contractor (prime A-E firm) in connection with the services covered by the contract will be limited to individuals or firms that were specifically identified and agreed to during negotiations. The Contractor shall obtain the Contracting Officers written consent before making any substitution for these subcontractors, associates, or consultants. If a substitution is necessitated by illness, death, or termination of employment for whatever reason, the selected A-E firm shall notify the Contracting Officer in writing within 15 calendar days after the occurrence of any of these events and provide the following information to the Contracting Officer: Required information for substitutions necessitated by illness, death, or termination of employment for whatever reason: The contractor shall provide a detailed explanation of the circumstances necessitating the proposed substitutions, complete resumes for the proposed substitutes, and any additional information requested by the Contracting Officer. Proposed substitutes should have comparable qualifications or better qualifications to those of the persons being replaced. The Contracting Officer will notify the contractor within 15 calendar days after receipt of all required information of the decision on substitutions. Approximate award date: 15 September 2010. The wages and benefits of service employees (see Far 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employees office location (not of the location of the work). To be eligible for a contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. The selected A-E Firm will need to be familiar with the Architect-Engineer Contract Administration Support System (ACASS). The ACASS system is a web-base application that is accessed via internet website, http://cpars.navy.mil/ 2. PROJECT INFORMATION: The Historic Area Remediation Site (HARS) is an area designated by the U.S. Environmental Protection Agency (EPA) for remediation due to the presence of contaminated dredged material associated with historic dumping activities. The HARS is being remediated with uncontaminated, Category I dredged material by placement of at least a 1-meter thick sediment cap. A Site Management and Monitoring Plan (SMMP) developed for the HARS, encompasses, through tiered selection criteria, precision bathymetric surveying, side-scan sonar analysis, sub-bottom seismic profiling, surface and subsurface sediment collection and analysis (photography, benthic community structure analysis, grain size, chemical characteristics and toxicity, bio-assays and bio-accumulation studies), water quality analysis, oceanographic and sedimentological process studies. The SMMP is being used as a guideline to manage placement of dredged material at the HARS, to ensure efficient construction of the 1-meter sediment cap, and to monitor changes at the HARS while remediation activities occur and, ultimately, to ensure remediation has been completed. The USACE New York District (CENAN) is responsible for contracting and overseeing the various activities described in the SMMP. A revised HARS SMMP was recently approved and will be used as the guide for all HARS monitoring activities. Alternative locations for ocean placement of dredged materials may be necessary after HARS remediation is completed and it may be necessary to investigate alternatives during the final years of HARS remediation. This contract will be used to complete the activities described in the HARS SMMP and related activities in a timely, technically sound, and cost effective manner. Additionally, this contract will allow data collection associated with investigation of future sites for ocean placement of dredged materials in the New York Bight. Artificial reefs used for placement of dredged rock may also be monitored through this contract. New York District is issuing this solicitation for award of one (1) contract. This contract must maintain data continuity between previous work at the HARS and all subsequent data collection, in particular, maintaining compatibility with the Dredging Analysis Network for New York District (DAN-NY) computer database, as well as the ability to complete tasks on short notice and within limited periods of performance. Task orders issued against this contract will be utilized for collection and analysis of data associated with activities described in the HARS SMMP and related activities from areas within and/or adjacent to the HARS, and the New York Bight, including: (1) conducting high-resolution multi-beam bathymetric surveys, (2) conducting side-scan sonar surveys, (3) collecting photographs of the sediment surface and sediment profiles using SPI technology, (4) collecting and analyzing sediment vibra-cores, (5) collecting bottom sediment samples for shipment to an approved laboratory for toxicity analysis, (6) collecting basic oceanographic data within the New York Bight, (7) collecting surface and sub-surface sediment samples for shipment to an approved laboratory for chemical analysis, and (8) conducting benthic community structure analyses. Special qualifications include, but are not limited to: capability and experience with; precision hydrographic surveying, sediment profile imagery collection and analysis, geotechnical data collection and analysis, monitoring of marine habitats, environmental testing and analysis, GIS use and formatting of GIS data, GIS metadata preparation, and preparation of studies and reports. The contractor must be familiar with current U.S. Army Corps of Engineers regulations, guidelines, and procedures. The contractor must also have the capability to manage and supervise other contractors and demonstrate the ability to handle the large volume of work under strict deadlines. The contractor must also be capable of providing monitoring data in formats compatible with the GIS software used by NY District. The contractor must demonstrate in the submittal its plan for successful quality assurance and integration of all disciplines to insure that a quality product is produced. Supervisory and/or key personnel should have advanced college degrees in an appropriate discipline or Hydrographic Surveyor certification, and should have experience in the following: (1) scientific planning (2) budgeting (3) marine field work (4) hydrographic surveying, (5) map preparation, (6) geotechnical data collection and analysis, (7) oceanographic data collection and analysis, (8) sedimentological studies, (9) biological assessment, (10) GIS software development and GIS data management, and (11) report preparation. 3. 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 through e are primary selection criteria. Criteria f and g are secondary selection criteria and will only be used as tiebreakers among technically equal firms. Primary Selection Criteria: The firm is required to have the following capabilities: a. Specialized knowledge, technical competence, ability, and experience in: 1. Demonstrate knowledge of estuarine and fluvial processes, coastal oceanography, and continental shelf processes. (physical, geological, biological, chemical) 2. Demonstrate knowledge of physical, geological, and chemical properties of fluvial, estuarine, coastal, and shelf sediments typical of the U.S. Atlantic coast. 3. Demonstrate knowledge of aquatic, atmospheric, and terrestrial environmental conditions of a major coastal/estuarine urban/industrial area. 4. Demonstrate professional (Ph.D. or equivalent) level ability in areas of science related to dredged material and disposal. 5. Demonstrate ability to perform geophysical field surveys utilizing analog/digital acoustic acquisition techniques (i.e., hydrographic, side-scan sonar imaging, sub-bottom profiling, etc.). 6. Demonstrate ability to conduct long-term measurements of tides, waves, currents, and suspended sediments using instrument arrays. 7. Demonstrate ability to acquire and analyze Sediment Profile Imagery. 8. Demonstrate ability to collect sediment cores (typically vibra-cores), and conduct chemical and sedimentological analyses. 9. Demonstrate ability to conduct comprehensive biological resource studies of marine and estuarine invertebrates, fisheries resources including marine and estuarine larval, juvenile and adult finfish and shellfish. 10. Demonstrate ability to perform quantitative laboratory analysis of aquatic sediments for determination of a wide variety of organic and inorganic chemical species. 11. Demonstrate ability to statistically interpret field data from chemical, biological, and geological studies. 12. Demonstrate ability to conduct sediment toxicity tests, bio-assays, bio-accumulation studies, and water quality analysis. 13. Demonstrate ability to conduct field investigations from a variety of platforms; standard research vessel, small craft, aircraft, etc. 14. Demonstrate ability to analyze tide, wave, current, and other time-series data to properly filter noise and implement corrections, analyze trends, and provide useable results 15. Demonstrate ability to use innovative strategies/techniques to solve a scientific problem. 16. Demonstrate ability to present scientific data and analyses through written reports and oral presentations. 17. Demonstrate knowledge of engineering principals related to oceanographic/estuarine/fluvial processes and sediments. 18. Demonstrate knowledge of engineering principals related to construction, maintenance, and monitoring of aquatic and upland dredged material disposal sites. 19. Demonstrate knowledge of the specific Federal and State statutes related to dredged material Activities. 20. Demonstrate knowledge of U.S.Army Corps of Engineers national Dredged Material Program. 21. Demonstrate ability to modify/maintain existing ARCView/GIS applications and databases as they pertain to dredging and dredged material disposal and monitoring. 22. Demonstrate ability to produce two and three dimensional physiographic relief maps, sediment accumulation contoured difference maps, contoured bathymetric maps, seafloor surficial sediment distribution data using digital side-scan sonar technology and vertical imaging data using digital sub-bottom profiling, collect and store all field data electronically in GIS formats and submit data in either printed maps or electronic format. 23. Demonstrate ability to collect precise and accurate multi-beam hydrographic data. 24. Demonstrate ability to use a computer programming language to develop analytical tools and numerical models used to solve scientific/engineering problems related to dredging and dredged material disposal. 25. Demonstrate ability to innovatively solve engineering problems related to dredging, dredged material disposal, or monitoring. 26. Demonstrate experience in the scientific activities associated with dredging and dredged material disposal, including management practices and monitoring techniques. 27. Demonstrate expertise and experience in conducting Sediment Profile Imagery surveys, analysis, and interpretation 28. Demonstrate experience in conducting sediment toxicity surveys. 29. Demonstrate experience in addressing issues associated with the regulation, operations and management of inland and coastal dredging and disposal activities including upland dredged material disposal sites. 30. Demonstrate experience in performing biological, chemical, and geological evaluations of dredged sediments proposed for discharge in both inland and ocean waters of the United States and in upland disposal facilities. 31. Demonstrate experience in collecting, processing, and analyzing a variety of oceanographic, geological, biological and chemical data sets. 32. Demonstrate experience in preparing scientific technical reports. 33. Demonstrate experience in conducting hydrographic surveys. 34. Demonstrate experience in preparing and analyzing GIS data and maintaining GIS databases. 35. Demonstrate experience in writing software for engineering and/or scientific analysis. 36. Demonstrate experience in the regulation, operations and management of dredging and disposal activities in open water. 37. Demonstrate experience in construction, maintenance, and monitoring of dredged material disposal sites. 38. Demonstrate experience in preparation of engineering technical reports. 38. Demonstrate expertise and experience in conducting benthic habitat assessments b. Professional Qualifications: Consideration will only be given to firms that assemble a team of in-house and/or sub-contractors/consultants with a professional staff consisting of the following disciplines. NOTE: resumes must be provided for each discipline. (1)Project Manager (2)Oceanographer (3)Biologist (4)Ecologist/Environmental Scientist (5)Sedimentary Geologist (6)Hydrographic Surveyor (Licensed) (7)GIS Specialist (Geographer/Cartographer/Geospatial Data Analyst) (8)Technical Writer The evaluation will consider education, registration, and training and overall and relevant experience using information from Section E of the SF 330. The SF 330 includes a matrix in Section G showing experience of the proposed lead scientists on the projects listed in Section F of the SF 330. c. Past performance on DoD and other contracts with respect to cost control, quality of work and compliance with performance schedules, as determined from references, other sources and ACASS. Letters of recommendation from customers addressing your firms cost control, quality of work and schedule compliance capabilities may be included in Section H of the SF 330. Letters should be for projects of a similar nature and shall be no older than three years to be considered. d. Capacity: In an effort to expedite the selection process the submitters are required to demonstrate how they will complete the work within the time parameters of the project given the employee capacity of the team. The evaluation will consider the availability of an adequate number of personnel in all key disciplines. The evaluation will look at numbers listed in Part II of the SF330 to evaluate the overall capacity of the team. Include Part II form of the SF 330 for each firm and each office of each firm that is part of the proposed team. e. Knowledge of the locality in the general geographical area of the New York Bight. The evaluators will look at the specific experience of the listed key discipline lead scientist (one per discipline) as stated in Section E of the SF 330. Secondary Selection criteria: f. Geographic proximity of the firms office(s) in relation to the HARS. g. Volume of DoD contract awards in the last 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including small business, Veteran-owned small business, service-disabled small business, HUBZONE small business, disadvantaged small business, woman-owned small business, minority institutions, and firms that have not had prior DoD contracts. 4.SUBMISSION REQUIREMENTS: Cover letters shall be limited to no more than 3 pages. Interested prime firms having the capabilities to perform these services must submit three (3) copies of a comprehensive SF 330 (06/2004 edition), which includes all sub-consultants information. The SF 330 can be found on the following GSA web site: http://www.gsa.gov/Portal/gsa/ep/home.do?tabId=0. The forms can be downloaded into a.pdf file type. Each key office on the team should indicate a DUNS # in Block 4 of Part II of the SF330. Include the prime firms ACASS number in Block H, SF330. For ACASS information, call (503) 808-4590. The total number of pages for the entire SF 330 is limited to 90 pages. Section E is limited to 40 pages. Each page shall be numbered. Section dividers dont count towards overall page limit. Submittals not following these instructions, may not be evaluated by the Board. Supplemental information on the SF 330 is posted on the New York District USACE website: http://www.nan.usace.army.mil Click Business Opportunities then Advertised Solicitations Government solicitation. For information, visit the CCR website at http://www.bpn.gov/CCRINQ/scripts/search.asp. Firms must be registered in the Online Representations and Certifications Application (ORCA) in order to be eligible to receive an award from any Government solicitation. For more information, visit the ORCA website at http://orca.bpn.gov. NAICS Code is 541330. Submit three (3) completed SF330s to: Attn: Stephen DiBari, P.E. CENAN EN M Room No. 2037 US Army Corps of Engineers, NY District, 26 Federal Plaza New York, NY, 10278 Submittals will not be accepted after 4:00 pm on the original response date shown in the advertisement in the FedBizOps. The response date will move to the next business day if the original response date falls on a Saturday, Sunday, or a Federal Holiday. Facsimile transmissions of the SF330 will not be accepted. Due to heightened security around 26 Federal Plaza, be prepared to leave ample time to gain entry into the building.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-10-AE-0003/listing.html)
 
Place of Performance
Address: USACE District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
 
Record
SN02253805-W 20100827/100825234835-ac5b706956c5adbafd2f4631f9c74c61 (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.