Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2011 FBO #3395
SOLICITATION NOTICE

C -- Architect-Engineer and Surveying Services, Libby Superfund Site, Montana

Notice Date
3/10/2011
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F11R0022
 
Response Due
4/12/2011
 
Archive Date
6/11/2011
 
Point of Contact
Rhonda Shick, 402-995-2079
 
E-Mail Address
USACE District, Omaha
(rhonda.shick@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. One cost reimbursement indefinite delivery contract will be negotiated and awarded, with a base period of three (3) years, with one option period of two (2) years, for a possible total of five (5) years of performance. The amount of the contract will not exceed $30 million. Work will be issued by negotiated firm-fixed price or cost-plus-fixed-fee task orders. The contract is anticipated to be awarded in June 2011. The North American Industrial Classification System code is 541330, Engineering Services, with a size standard of $4,500,000 in average annual receipts, is applicable. This announcement is open to all businesses regardless of size. If a large business is selected for this contract it must comply with FAR 52.219-9, regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for the Northwestern Division, which will be considered in the negotiation of the contracts, are: at least 50% of a contractor's intended subcontract amount be placed with Small Businesses (SB), which includes: at least 17.0% of a contractor's intended subcontract amount be placed with Small Disadvantaged Businesses (SDB), at least 18.0% of a contractor's intended subcontract amount be placed with Women Owned Small Businesses (WOSB), at least 10.0% of a contractor's intended subcontract amount be placed with HUBZone Small Businesses, at least 8.5% of a contractor's intended subcontract amount to be placed with Veteran Owned Small Businesses (VOSB), and at least 4.0% of a contractor's intended subcontract amount be placed with Service Disabled Veteran Owned Small Businesses (SDVOSB), and at least 1.0% of a contractor's intended subcontract amount to be placed with Historically Black College and Universities. The plan is not required with this submittal, but will be required with the proposal of the firm selected for negotiations. 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. To be eligible for contract award, a firm must be registered in the Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov. 2. PROJECT INFORMATION: Services to be performed under this contract may include, but are not limited to: preparation of schedules related to sequencing of remediation work at sites comprising the Libby Superfund Site; project scoping investigations work; budgets; development and management of data bases for analyses of remediation contract/contractor productivity, costs, quantities, site status, sample data, and project closeout; recommendation and preparation of designs for removals and restoration for interior and exterior remediation of public and private properties; land surveys including topographic mapping, delineation of property limits, pre and post removal actions, sample point locations; documenting existing conditions; support to Government agencies for public information and public meetings; coordination and consents with property owners related to relocations, access, sampling, field activities, design removals and restorations; sampling of properties including interiors and exteriors; construction management services related to third party peer review for quality control; preparation of studies and reports to include risk assessment, Engineering Evaluation/Cost Analysis (EE/CA), feasibility studies; sampling of air for perimeter air monitoring; geotechnical investigations; design of cap requirements for disposed soils and debris; determination and ensuring all permits are identified and obtained; site field investigations and sampling; development of Standard Operating Procedures (SOP's) for work such as sampling, removal and restoration drawings for residential property designs, data base tracking requirements, data base tracking of costs, tracking of operable unit costs; chemical/geotechnical sampling and analysis and documentation; recommend site use characterizations to establish remedial removal limits; safety and health hazard(s) assessment; and pre and post photo documentation. Libby Asbestos Superfund Site documents, see attached, include the following. (These are the latest revisions as of 2 March 2011): 1. Response Action Work Plan, Libby Asbestos Site, Libby Montana, Draft May 2010 2. Sampling and Analysis Plan, General Property Investigation Libby Asbestos Site, Operable Unit 4, dated April 23, 2010 3. Record of Decision for Libby Asbestos Superfund Site, The Former Export Plant, OU 1, Lincoln County, Montana, dated May 2010 4. Record of Decision for Libby Asbestos Superfund Site, The Former Screening Plant and Surrounding Properties, OU 2, Lincoln County, Montana, dated May 2010 5. Action Memorandum, Libby Asbestos Site, May 23rd, 2000 6. Action Memorandum Amendment, Libby Asbestos Site, May 8, 2002 7. Action Memorandum Amendment, June 17, 2009 8. Libby Asbestos Site Residential/Commercial Cleanup Action Level and Clearance Criteria, Technical Memorandum, Draft Final, dated December 15, 2003 3. SELECTION CRITERIA: The selection criteria for this particular project are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria (a) through (d) are primary. Criteria (e) and (f) are secondary and will only be used as "tie breakers" among firms that are essentially technically equal. a. Specialized experience and technical competence. (SF 330, Part I, Section F) Only experience that has occurred in the last five years should be included. (1) Safety compliance with environmental and asbestos laws and regulations and support services to USACE during construction contractor performance in compliance with environmental and asbestos laws and regulations. (2) Knowledge and past application of specific laws and regulations. Firms are expected to be experienced and demonstrate technical competence with environmental and asbestos laws and regulations mandating remedial investigation and design, including but are not limited to: Federal and State of Montana versions of the Clean Air Act (CAA); the Clean Water Act (CWA); the Toxic Substances Control Act (TSCA); the Comprehensive Environmental Response Compensation and Liability Act (CERCLA); the Resource Conservation and Recovery Act (RCRA); the National Environmental Policy Act (NEPA); National Emission Standard for Asbestos (40 CFR 61, Subpart M), Asbestos (40 CFR Part 763), OSHA Standards for Asbestos (29 CFR 1910.1001 and 29 CFR 1926.1101), Montana Administrative Rules Chapter 74, Subchapter 3 Asbestos Control, and the Corps of Engineers' regulations for Civil Works. (3) Experience of the firm and its consultants in oversight of asbestos abatement in buildings meant for occupancy and asbestos abatement in soil. (4) Experience in Quality Control third party construction oversight with experience utilizing the USACE QA/QC process in accordance with Engineer Regulation 1110-1-12, Quality Management 3 phase inspection process. (5) Experience of firm and its consultants in oversight of projects with residential soil removal action or remedial action projects and/or features of work. (6) Experience of firm and its consultants with USEPA Superfund process. (7) Experience with asbestos regulations addressing contaminant remediation and management as well as worker safety and public health exposure issues. (8) Experience of firm and its consultants in asbestos sample collection, handling and analysis, and associated data management inclusive of geospatial database management. (9) Experience in conducting site and personnel air monitoring, interpretation of results, exposure assessment and hazard minimization. (10) Experience of prime firm and significant subcontractors in working together. b. Capacity to accomplish the work. (SF 330, Part I, Section H, Item 1) (1) Ability to meet critical schedule in support of the construction contractor on required investigation, design, sampling and third party Quality Control services. (2) Ability to provide experienced qualified personnel for Quality Control over multiple, simultaneous, interior asbestos removals and asbestos removals in exterior soils and experienced personnel for Quality Control of restoration of properties to their existing condition. (3) Ability to ensure Health & Safety relating to the scope of work, the EPA site wide Libby Heath and Safety Plan, OSHA and NESHAPS requirements, and USACE EM-385-1-1 requirements. (4) Ability to perform field sampling of Libby Amphibole (LA) Asbestos; ensure prompt lab analysis of LA Asbestos; extensive database management on multiple concurrent field sampling activities; management of analytical results and sample data management..Understanding of Transmission Electron Microscopy (TEM), Polarized Light Microscopy (PLM) or other asbestos sampling methods. (5)Ability to prepare corrective action plan in 24 hours due to an Emergency Response in Libby due to an unforeseen exposure or potential exposures to asbestos in both in structures and in soil. c. Past performance. (1) Past performance on similar DoD and other Government contracts with respect to safety, Quality Control oversight, cost control, quality of work, and compliance with performance schedules, as determined from ACASS and other sources. (2) Past performance on cost reimbursable projects, using field based designers, CADD support, and quality control with examples of performance on residential and commercial properties. (3) Past performance on cost plus contract execution, cost tracking/management, and construction cost estimating in residential removal projects. (4) Past performance using value engineering. Provide example of value engineering that resulted in savings of time and funds. d. Professional qualifications. (SF 330, Part I, Sections E & G) The evaluation will consider education, certifications, training, registration, overall and relevant experience, and longevity with the firm. Qualified professional personnel in the following key disciplines, at a minimum, will be requested: (1) Senior Project Manager (Registered Professional Engineer or Architect). Responsible for activities including, but not limited to: contract deliverables; communication; coordination; and overall contract administration. (2) Site Project Engineer/Manager. Responsible for field activities including, but not limited to: leading and directing staff on a daily basis and coordination of activities with USACE, EPA, other Governmental agencies and contractors. (3) Environmental Engineer (Professional Registration required). Responsible for Engineering activities including, but not limited to: risk assessment (health and ecological); EE/CA; feasibility studies; and site investigations plans. (4) Industrial Hygienist (Professional Certification required). Responsible for activities including, but not limited to: evaluation of project health risks to site workers and the selection of appropriate administrative controls; work practices; engineering controls and/or PPE to mitigate those risks; and in evaluation of the effectiveness of the response action. Also responsible for obtaining appropriate scientific data for air dispersion modeling, performing air dispersion modeling and evaluating associated human health risk specifically relating to Asbestos removal. (5) Regulatory Compliance Responsible Manager (including Asbestos Competent Person qualifications). Responsible for the implementation and compliance with all project specific requirements and applicable Government and industry regulations specifically relating to asbestos. Requires full time on-site presence and responsibility for supervision and management of staff that provides oversight of all aspects of the asbestos removal and handling including, but not limited to: abatement, installation, removal and handling; asbestos regulations; the identification of asbestos; removal procedures, where appropriate; and other practices for reducing the hazard. Individual shall meet the OSHA training standard for entry into an asbestos regulated area. Ensures that at a minimum, subordinate staff has required training for Class I operations and for Class II operations that require the use of critical barriers (or equivalent isolation methods) and/or negative pressure enclosures that is equivalent in curriculum, training method and length to the EPA Model Accreditation Plan (MAP) asbestos abatement workers training (40 CFR Part 763, subpart E, appendix C). Competent person means, in addition to the definition in 29 CFR 1926.32 (f), one who is capable of identifying existing asbestos hazards in the workplace and selecting the appropriate control strategy for asbestos exposure, who has the authority to take prompt corrective measures to eliminate them, as specified in 29 CFR 1926.32(f): in addition, for Class I and Class II work who is specially trained in a training course which meets the criteria of EPA's Model Accreditation Plan (40 CFR 763) for supervisor, or its equivalent and, for Class III and Class IV work, who is trained in a manner consistent with EPA requirements for training of local education agency maintenance and custodial staff as set forth at 40 CFR 763.92 (a)(2). Such training shall be obtained in a comprehensive course for supervisors that meets the criteria of EPA's Model Accredited Plan (40 CFR part 763, subpart E, Appendix C), such as a course conducted by an EPA approved or state approved training provider, certified by EPA or a state, or a course equivalent in stringency, content, and length. (6)Property Coordination Manager. Responsible for activities including, but not limited to: coordination with property owners; management of scheduling surveys; sampling; review of sample data; point of contact for property plans and designs; coordination of database management; and coordination of temporary relocation of property owners. (7) Contract Administrator. Experience in the management and administration of cost reimbursement type task orders. Includes the development and implementation of cost management activities including capturing actual costs to date, estimating cost to complete, and reporting to USACE. e. SB and SDB Participation. (SF 330, Part I, Section H, Item 2) Extent of participation of Small Business, Small Disadvantaged Business, Women-Owned Small Business, Historically Underutilized Business Zone Small Business, Veteran-Owned Small Business, Service-Disabled Veteran-Owned Small Business, and Historically Black Colleges and Universities, measured as a percentage of the total estimated effort compared to the goals identified in Paragraph 1 above. f. Equitable Distribution of DoD Contracts. (SF 330, Part I, Section H, Item 3) Volume of DoD contract awards in the last 12 months. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit one (1) original paper copy, two (2) paper copies, and four (4) electronic copies on CD-ROM of the SF 330, Part I and Part II for the prime firm and all consultants. The electronic copies shall be in read only format, preferably.PDF files. The SF 330 Part I shall not exceed 50 pages (8.5"x11"), including no more than 5 pages for Section H. Each side of a sheet of paper is a page. Use no smaller than 12 point font. No more than twenty (20) example projects shall be listed in Section F. In Section H, also indicate the estimated percentage involvement of each firm on the proposed team. Submittals shall be sent to the address below no later than 2:00 p.m. (CST) 12 April 2011. All mailed documents must include a return address on the outside envelope and shall be marked "Proposal - Do Not Open. Solicitation No. W9128F-11-R-0022." U.S. Army Corps of Engineers ATTN: CECT-NWO-E (Rhonda Shick) 1616 Capitol Avenue Omaha, NE 68102-4901 Facsimile and electronic mail transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). POINT OF CONTACT: Questions should be directed to Rhonda Shick, Contract Specialist, at (402) 995-2079 or Rhonda.Shick@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F11R0022/listing.html)
 
Place of Performance
Address: USACE District, Omaha 1616 Capitol Ave, Omaha NE
Zip Code: 68102-4901
 
Record
SN02397681-W 20110312/110310234314-bba68e4967e0a8b420b25e41ab1c89f6 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.