Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2010 FBO #3298
MODIFICATION

C -- Great Lakes Architect-Engineer Services (GLAES) Small Business Set-Aside

Notice Date
12/3/2010
 
Notice Type
Modification/Amendment
 
NAICS
562910 — Remediation Services
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, Region V, Acquisition and Assistance Section (MMC-10J), 77 West Jackson Boulevard, Chicago, Illinois, 60604
 
ZIP Code
60604
 
Solicitation Number
SOL-R5-10-00007
 
Archive Date
1/29/2011
 
Point of Contact
Contract Specialist, Phone: (312) 886-6581, David Alberts, Phone: (312) 353-8991
 
E-Mail Address
hamilton.spencer@epa.gov, alberts.david@epa.gov
(hamilton.spencer@epa.gov, alberts.david@epa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
GLAES Notice - Request for SF-330 Submission The Great Lakes Architect-Engineer Services (GLAES) contracts will be providing professional architect/engineer, technical and management services to support contaminated sediment design activities, habitat restoration design/evaluation support, and contaminated sediment remedial oversight. These contracts will support the Great Lakes National Program Office (GLNPO). The contracts are planned to be an ID/IQ contracts with firm fixed-price task orders, each with an estimated contract value of $25,000,000. Two (2) contracts will be awarded, a full and open (SOL-R5-10-00006-1), and a small business set-aside (SOL-R5-10-00007). The NAICS code is 562910, with a small business size standard of 500 employees. The SF-330 Architect-Engineer Qualifications are due by January 14, 2011 at 4:30 p.m. Central Standard Time. Information regarding this acquisition is posted on: http://www.epa.gov/region5/business/aescontracting.htm The contract specialist for the full and open (SOL-R5-10-00006-1) procurement is Mr. Michael Dunneback. He can be reached at dunneback.michael@epa.gov. The contract specialist for the Small Business Set-Aside (SOL-R5-10-00007) procurement is Spencer Hamilton. He can be reached at Hamilton.spencer@epa.gov. The Placement Contracting Officer for these procurements is David Alberts. He can be reached at alberts.david@epa.gov. SF 330 PROPOSAL INSTRUCTIONS Total Government Requirement (a) The GLNPO's estimated Sediment Remediation Design (SDR) requirements, if split evenly between the two contracts, would result in two equal contracts reaching the requirement limits exactly. For proposal purposes, firms should assume that these contracts represent more than 2 of the GLNPO requirements. (b) This will allow the Government to respond to unexpected but potential: • Contractors ineligibility to perform work (e.g., due to conflicts of interest) • Contractors inferior past performance (c) Though EPA does not specifically anticipate such needs, it reserves the right to issue task orders under these contracts in excess of 2 of the requirement. In no event will the value of the total Task Orders issued under either of the contracts exceed the maximum contract value. General Proposal Instructions For this procurement, EPA requires firms to organize their information in the SF 330 and any additional documentation, as described below. EPA will evaluate firms SF 330s and additional documentation on the five evaluation criteria listed below. Firms should submit 10 hard-copies and one electronic copy (on disc in a MS Word or PDF Format) of their SF 330s. If documents are submitted utilizing Portable Document Format (PDF) firms shall follow the conventions described under the accessibility guidelines which are described in the authoring tools section of Acrobat Reader. For more information on this guidance, please visit www.section508.gov. Following the Architect/Engineer Evaluation Board's (AEEB) review of the SF 330 and supporting documentation, the AEEB will develop a "short list" of the most highly rated firms. The short-listed firms will be referred to as "selected firms." The source selection authority will make the final ranking from among those "selected firms." The top ranked firm will then be asked to submit: • Conflict of Interest Plan • Quality Management Plan • Representations and Certifications • Cost Proposal Instructions for the preparation for each of these submissions will only be provided to the firm with whom EPA intends to conduct negotiations. Specific Proposal Instructions Complete the SF 330 in accordance with the instructions provided on the SF 330 and the additional instructions below. Provide only one (1) complete submission (ten (10) hard-copies and one (1) electronic copy) per team. For all SF 330 sections, use no smaller than 12 point Arial font. When using SF 330 forms, adhere to all margins presented in the forms except where noted in the additional instructions below. These instructions provide page limitations in terms of single-sided pages. If firms desire to print double-sided pages, they must halve the page requirements. For example, if a section requires four single-sided pages, firms may provide two double-sided pages instead. Headers and footers that do not alter the margins are allowed for page numbers, logos, disclaimers, and other non-proposal/formatting functions. If your firm chooses to propose as a joint venture, you must provide the joint venture point of contact for the EPA contract. Both joint venture partners are held responsible for contract performance. (As opposed to conventional prime-sub arrangements in which the prime contractor is responsible for all performance on the contract.) Section C Complete in accordance with the instructions provided on the SF 330 and these additional instructions: There is no limit to the number of team members that firms may propose. Section E Complete in accordance with the SF 330 instructions and these additional instructions: EPA will accept resumes for key personnel only. Each resume is limited to two pages (single-sided). Page one is the Section E form page, which may be modified as follows: Firms can expand Section 19 (relevant projects) to allow three rather than five projects on that page. If that is done, a second page is allowed for up to two additional projects. The spacing for each project on page 2 shall be equivalent to the space allotted for each project on page 1. Firms shall submit, at a minimum, the information specified for the five required key personnel (Program Manager, Principal Engineer, Principal Scientist, Senior Engineer, and Senior Scientist). Firms are further encouraged to propose up to an additional five (5) key personnel whom they may find appropriate and beneficial for this requirement. The maximum number of key personnel that firms may propose is ten (10): five (5) required and 5 optional. Section F Complete in accordance with the SF 330 instructions and these additional instructions: Firms shall list up to 20 projects on which team members have worked. Each project must have been similar in size and scope to this statement of work, which is located on the website: http://www.epa.gov/region5/business/aes_sow.pdf. "Similar in size" means, for each project: RI/FS = range of at least $1 million RD = range of at least $2 million "Similar in scope" means projects focusing on these work areas: contaminated sediment design activities, habitat restoration design/evaluation support, and contaminated sediment remedial oversight. All projects submitted must be either (a) completed within the last 3 years, or; (b) ongoing and in existence for at least 6 months. For this small business set-aside solicitation, at least 5 of the submitted projects should be work done by the prime contractor. Firms may, if they desire, describe any quality awards or certifications that indicate they possess a high-quality process for developing and producing the product or service required. Such awards or certifications include, for example, the Malcolm Baldrige quality award, other government quality awards, and private sector awards or certifications. Identify the segment of the company which received the award or certification. Describe when the award or certification was bestowed. If the award or certification is over three years old, present evidence that the qualifications still apply. Firms shall use one Section F form (single-sided) per project. Use the Section F form as provided in the SF 330. Do not modify the form except as allowed in these instructions. Section G Complete in accordance with the SF 330 instructions and these additional instructions: Complete only for key personnel. Firms shall extend Block 28 to allow for up to 20 projects. Section H Complete in accordance with the SF 330 instructions and these additional instructions: Firms shall discuss their team's management approach and ability and the ability to maintain staff as described in the evaluation criteria. The narrative shall be limited to 8 (single sided) pages, 8 1/2 x 11", with no less than 1" margins (top, bottom, left, right), and no less than 12 point Arial font size. The submission may contain text, pictures, overheads, charts and graphs. Any charts, graphics, tables, et cetera, if provided, are included within the 8 (single-sided) pages. All firms may provide an attachment to this section presenting additional evidence of their commitment to utilizing small businesses/small disadvantaged businesses including any proposal to participate in the Agency's mentor protégé program. Goals set for utilizing SB/SDBs should also be included when the firm indicates that they have met or exceeded goals under a particular contract. This attachment is limited to three (single-sided) pages, 8 1/2 x 11", with no less than 1" margins (top, bottom, left, right), and no less than 12 point Arial font size. Additional Attachments 1. Firms shall include a separate attachment to the SF 330 describing the (a) number, (b) location of offices and (c) the number of personnel by discipline located in those offices. There is no page limitation to this attachment; however, firms are strictly limited to the content described in (a) - (c) only. This information will be considered in evaluation factor 4. 2. If the full statement of work cannot be performed by the firm's existing personnel and facilities, the firm shall clearly demonstrate how resources will be accessed over the period of performance of the contract. An attachment is allowed to discuss this issue. It is limited to four (single-sided) pages, 8 1/2 x 11", with no less than 1" margins (top, bottom, left, right), and no less than 12 point Arial font size. This will be considered in evaluation factors 4. EVALUATION CRITERIA 1. Professional Qualifications (as presented in sections E, G, H, and Part II of firms= SF 330's) A firm's key personnel will be evaluated on the extent to which they possess the appropriate technical knowledge, experience and expertise on the programs and subject matter described in the Statement of Work (SOW). The qualifications and experience of key personnel will be evaluated through information provided in the technical proposal and key personnel resumes. Experience in lieu of an advanced degree is acceptable. However, an offeror must submit backup documentation of equivalency. Offeror must explain why this substitution provides EPA the best value and the best team. 1.1 Management Personnel: • Education - Level and focus of degrees or programs completed that affect the firm's ability to successfully perform the SOW. • Technical, management and financial experience and skills -breadth, depth, and recentness of relevant experience that may affect the firm's ability to successfully perform the SOW. 1.2 Technical Personnel: • Education -level and focus of degrees or programs completed that affect the firm's ability to successfully perform the SOW. • Technical and management experience -breadth, depth. and recentness of relevant experience that may affect the firm's ability to successfully perform the SOW. • Professional certifications and licenses of technical personnel relevant to the SOW. 2. Past Performance (as addressed by past performance references). A firm's past performance will be evaluated on the demonstrated quality of the firm's past performance of contracts and subcontracts performed during the past five (5) years, which are similar in size, scope and complexity to this requirement. The following factors will be considered when evaluating the firm's past performance: EPA is not limited to the past performance references submitted by a firm. EPA may seek information for this criterion from the firm=s clients identified through other means. Reported levels of performance on previous similar projects in the areas of: 2.1 Quality of service, 2.2 Timeliness, 2.3 Cost control, and 2.4 Business Relations 3. Technical Experience and Competence (as presented in sections E, F, G, H and Part II of firms= SF 330. [See Attachment 3 for definition of short-listed.] A firm's technical experience will be evaluated based upon the demonstrated understanding, capability and expertise to perform all of the tasks within the Statement of Work (SOW) as described below: 3.1 Proven understanding and expertise in contaminated sediment site characterizations (including sediment chemistry / sediment toxicity concordance), remedial investigations, feasibility studies, and risk assessments. 3.2 Demonstrated competence in design of remedial solutions to address contaminated sediments within a larger dynamic system across multiple engineering and scientific disciplines. 3.3 Practical experience in developing scientifically defensible innovative technical approaches, tools and technologies to contaminated sediment site characterization and remediation. 3.4 Experience and competence in data gathering, analysis, data gap analysis, reporting and data base management. 3.5 Experience in coordination and comprehensive logistical support of conference calls, webinars, public and private meetings involving multiple stakeholders relevant to the SOW. 4. Capacity to Accomplish the Work in the Required Time (as presented in Section H and Part II of firms= SF 330's; Additional Attachments 1 and 2.) 4.1 Taking into consideration current and projected workload commitments, the firm's ability to provide available, experienced and fully trained personnel at the skill levels, disciplines, and quantities to perform the stated volume of work. 4.2 Firm's commitment to utilizing small business firms, including participation in the Agency's mentor-protégé program. [Not applicable to the small business set-aside.]
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/MMC-10J/SOL-R5-10-00007/listing.html)
 
Record
SN02338321-W 20101205/101203234150-631c1946658c1ef38bcbb2d98f8c1e49 (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.