Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2011 FBO #3497
MODIFICATION

C -- Architect and Engineering (A-E) Services for an Indefinite Delivery/Indefinite Quantity Contract for Environmental Support for Military and Civil Works projects primarily within the Great Lakes and the Ohio River Mission Boundaries

Notice Date
6/20/2011
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR11243509
 
Response Due
7/8/2011
 
Archive Date
9/6/2011
 
Point of Contact
Crystal May, 502-315-6206
 
E-Mail Address
USACE District, Louisville
(crystal.m.may@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
CONTRACT INFORMATION: A-E services are required for an IDIQ contract to provide environmental support to the federal Government. It includes professional services to support military and civil environmental programs for several federal agencies including but not limited to Army, Army Reserves, National Guard, Air Force, Navy, Marine Corps, Defense Logistics Agency, other Department of Defense Services and other Federal Agencies. The contractor will be required to perform services at federal/military and civil works projects throughout the world, including the Continental United States, its territories, and other locations outside the contiguous United States within the USACE's assigned mission areas. This announcement will allow for up to four (4) awards being made. This announcement is open to all firms, regardless of size or classification. Only firms considered highly qualified will be awarded a contract. 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. The contracts will be awarded for a three (3) year base period with an option to extend each contract for an additional two (2) years (at the discretion of the Government). The contract term shall not exceed a total of five (5) years. The Government intends to award contracts up to four (4) firms sharing $48,000,000 in total capacity. Each of the four IDIQ contracts shall not exceed $12,000,000 over the five (5) year life of the contract. Separate rates will be negotiated for the three (3) year base period and the two (2) year option period. Firm fixed price task orders will be issued against the contracts. Work under this contract will be subject to satisfactory negotiation of individual task orders. The period of performance for task orders awarded under the IDIQ contract will be determined based upon the work requirements and will be included in the task order solicitation and negotiated award documents. Successful offerors are required to submit an acceptable Small Business Subcontracting Plan, in accordance with FAR 19.7 prior to contract award. The 2011 subcontracting goals for USACE, Louisville District are 50% Small Business, 17% Small Disadvantaged Business, 10% HUBZone Small Business, 18% Women-Owned Business, and 4% Service Disabled Veteran Owned Small Business. Contracts awarded as a result of this announcement will be administered by the Louisville District; however, the Contracting Officer reserves the right to lend contract capacity outside of LRD's mission boundaries to support USACE missions, when advantageous to the government. This procurement is unrestricted under North American Industry Classification System (NAICS) code 541330, Size Standard $4.5M. Firms must be registered in the DOD Central Contractor Registration (CCR) system and Online Representations and Certifications Application (ORCA). Register via the CCR Internet site at http://www.ccr.gov or by calling the CCR Assistance Center at 888-227-2423 or 269-961-5757. For ORCA, register at https://orca.bpn.gov/login.aspx. In accordance with FAR 36.604 and the supplements thereto, and upon final acceptance or termination, all task orders above $30,000 will receive a performance evaluation. A performance evaluation may be prepared for lesser task orders and interim performance evaluations may be prepared at any time. Performance evaluations will be maintained for use in future source selections for Architect-Engineer Services. 2) PROJECT INFORMATION: Firms must be capable of performing work on a wide variety of Hazardous, Toxic, and Radiological (HTRW) sites in addition to other environmental sites in a manner that complies with federal, state, and local regulations and laws, and within timeframes required. Specific needs will be determined based upon project requirements and as described in each task order. A-E Services required under this contract include, but are not limited to: performing environmental studies, designs, and general support of environmental issues under Resource Conservation and Recovery Act (RCRA), Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), Superfund Amendments and Reauthorization Act (SARA), Toxic Substances Control Act (TSCA), Clean Water Act (CWA) and other federal programs; performing environmental studies, designs, and general support of environmental issues under State and Local environmental laws and regulations; conducting site investigations and assessments; remediation investigations/feasibility studies; remedial designs; feasibility and other engineering studies and reports; preparing Environmental Condition of Property reports; performing NEPA analysis and documentation; conducting archaeological investigations and mitigation; biological evaluations and assessments; performing wetlands determinations and mitigation studies; groundwater and other modeling; contaminant fate and transport analysis; surveying and mapping; community relations; resource and regulatory agency coordination; construction-phase services (engineering-design during construction, checking shop drawings); preparation of plans and specifications; value engineering screenings and studies; sustainability screenings and studies; evaluation of reasonably foreseeable renewable energy sources; pilot studies; performing risk assessments; hazard evaluations; field inspections; developing Data Quality Objectives (DQOs); chemical QA/QC; conducting surface/subsurface soil, sediment, and rock sampling/testing; subsurface exploration; water sampling/testing; conducting laboratory analyses (water, soil, lead paint, asbestos, etc); cost estimating and engineering; and working on a variety of hazardous waste and other environmental type projects, including radioactive and mixed waste, energy conservation, sustainable remediation, pollution prevention, waste reduction, reuse of recovered materials, underground storage tanks and fueling systems, habitat restoration and mitigation, and sites potentially contaminated with military munitions. The munitions services consist of conducting preliminary assessments, site inspections, remedial investigations, and feasibility studies. For on-site investigations, firms must provide personnel with current health and safety training, as required by the Occupational Safety and Health Administration (OSHA) and adhere to all USACE requirements for Health and Safety. Task orders will be issued with a project/site specific Scope of Work under the general scope of the contract. Typically, requests for proposals issued for individual task orders will include a general Scope of Work or a performance based acquisition Performance Work Statement, location of work, character and extent of services required, technical requirements in addition to the requirements contained within Section C of the basic contract, and a schedule. 3) SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. Items (A) thru (E) are primary criteria and (F) thru (I) are secondary and will only be used as 'tie-breakers' among technically equal firms. (A) Minimum Requirements for Professional Qualifications: Firms will be evaluated in terms of professional qualifications and technical competence in areas of work specifically included within the "Project Information" section above. The evaluation will consider education, training, registration, certifications, and relevant experience and longevity with the firm. If more resumes are submitted than requested, the information will be evaluated on the basis of the least qualified individual submitted for a particular position. Three resumes are required for the following disciplines, with at least two registered professional in each of the following disciplines: environmental engineer, geologist, civil engineer. Two resumes are required for the following disciplines with at least one registered professional in each of the following disciplines: hydrogeologist (PE or PG), chemical engineer, geotechnical engineer. One resume is required for the following disciplines and professional registration is required: structural engineer, mechanical engineer, electrical engineer, land surveyor. Two resumes for a professional qualified by education, training, certification and/or specialized experience are required in each of the following fields: project manager, chemist, ABHP certified health physicist (with radiological emphasis). One resume for a professional qualified by education, training, certification and/or specialized experience is required in each of the following fields: program manager, regulatory specialist, human health risk assessment specialist, ecological risk assessment specialist, limnologist, environmental law specialist/attorney, safety professional, cost estimator, senior geophysicist, Senior UXO Site Supervisor, UXO Safety Officer, UXO Quality Control Officer, certified industrial hygienist (CIH) accredited by the American Board of Industrial Hygiene (ABIH), archeologist. The archeologist shall also meet the Department of Interior's Standards and Guidelines for Archeology and Historic Preservation (as amended and annotated by the National Park Service). The states of registration and certification of each team member must be included on each resume in Section E of Standard Form (SF) 330. Section G may also include a matrix that displays the discipline, degree, years of experience, and state(s) of registration/certification in each of the specialized experience categories for each person on the proposed team. Resumes should indicate the project role of the individual in their submission and the individuals may not be assigned more than one role in this submission. (B) Specialized Experience and Technical Competence: The firm's team shall show specialized experience and technical competence in the expected activities identified above under the Project Information Section and Section C of this solicitation to include: (1) demonstrated technical competence regarding investigations, planning, design and construction phase services for a variety of HTRW projects and projects regulated under CERCLA and RCRA, as well as other applicable federal and state regulations. Experience must demonstrate wide-ranging capabilities for diverse projects with differing contaminant in various media; (2) knowledge and experience in Military Munitions Response Program (MMRP) regarding investigations, planning, design and remediation, and Chemical Agent (CA) investigations, (3); knowledge and experience in federal policies, guidance, and regulations for preparation of all levels of NEPA documentation and supporting studies. A minimum of eight relevant projects shall be submitted. A project is defined as a single contract or task order. Additionally, a project can also be defined as multiple task orders supporting one installation/facility or customer. For example, if a contractor has five task orders on one IDIQ contract supporting Newport Chemical Depot or the USAR, then those five task orders combined would constitute a project. All projects submitted must be at least 75% complete. If the project has multiple task orders, all task orders associated with the project must be at least 75% complete. Percent complete is based upon actual work, not percentage billed. The percentage complete must be clearly stated for each project submitted. The effectiveness of the proposed project team (including management structure, coordination of disciplines, offices and/or subcontractors; and prior working relationships between the prime firm and any significant subconsultant(s)) will be considered within quality management. These contracts have nationwide application to a wide variety of projects; however, specialized experience reflecting the following expertise may be rated more favorably. Green and sustainable investigation and remediation techniques. Innovative technology and approach in investigation and remediation. HTRW investigation and remediation within Louisville District's Military mission boundaries. Radiological investigation and remediation within the USACE's FUSRAP program boundaries. Additionally, radiological investigation and remediation performed within Buffalo District's FUSRAP program boundary may be rated more favorably. Investigation and remediation of soil and groundwater contaminated with solvents. Investigation and remediation of soil and groundwater contaminated with explosives constituents. Investigation and remediation in complex geologic and hydrogeologic settings (i.e. Karst). Use of environmental statistics to successfully justify cost savings. MMRP investigation and remediation using state of the art methodologies. Investigation projects executed under performance based contracting scenarios. Experience working for the Corps of Engineers. Obtaining site closure for HTRW projects and receiving No Further Action (NFA) status (or equivalent). A brief Design Quality Management Plan including an explanation of the firm's management approach, management of subcontractors (if applicable), quality control procedures, procedures to ensure that internal resources are not overcommitted, and an organizational chart showing the inter-relationship of management and various team components (including subcontractors) must be included in Section H of the SF 330. The organization chart shall be no larger than 11" x 17". An 11" x 17" paper will count as one page for the organization chart. In Section H, also indicate the estimated percentage of involvement of each firm on the proposed team. (C) Capacity to Execute Multiple Task Orders within the Required Time. Firms shall demonstrate their plan for successfully executing multiple task orders concurrently while maintaining quality and schedule. A firm shall be evaluated on the available capacity of key disciplines from the prime firm and its teaming consultants. (D) Past Performance: Past performance with respect to cost control, quality of work, and compliance with performance schedules on DOD and non-DOD contracts will be evaluated. Evaluations will be based on established ACASS ratings and other credible documentation included in the SF 330. Firms must list point of contact names and phone numbers for each project shown in block F. The board may seek information on past performance of a firm, but it is not required to seek other information on the past performance of a firm, if none is available in ACASS. The board will consider the relevancy of each performance evaluation to the proposed contract, including the type of work, performing office, age of the evaluation, and whether subsequent evaluations indicate a change in a firm's performance. A firm that has earned "Excellent" evaluations on recent DOD A-E contracts for similar projects will be ranked relatively high on past performance. (E) Safety: Safety Initiatives and Certifications: Describe Prime Contractor's commitment to safety, including, but not limited to, company safety incentive programs, company safety training programs, and integration of safety by management and employees into the workplace. Also, identify any company safety certifications. Limit two pages, double spaced, placed in Block H of the SF 330. Information exceeding the two page limit will not be evaluated. The evaluation board will evaluate the Prime Contractor's narrative to ensure it adequately addresses each of the following: company safety incentive programs, company safety training programs, and integration of safety by management and employees into the workplace. Additional consideration will be given for Voluntary Protection program (VPP) or ISO certification or similar programs. The SSEB will not evaluate or approve the contractor's project specific safety plan or Accident Prevention Plan (APP) as part this evaluation. Selected contractor is still required to submit a complete safety plan / APP as part of post award activities. Provide Prime Contractor's Experience Modification Rate (EMR). Show evidence that the EMR was calculated by a professional rate service organization such as the National Council of Compensation Insurance. The evaluation board will evaluate Experience Modification Rate (EMR) based on an industry average EMR of 1.0. Higher incidence rates will be rated less favorably and lower incidence rates will be rated more favorably. An explanation may be included for higher incidence rates. (F) Knowledge of the locality of the project to include knowledge of local conditions and local codes. (G) Volume of DOD Contract Awards. The firms shall list the volume of DOD contract awards in the past twelve (12) months in block H of the SF 330. Firms should cite all contract numbers, award dates, and total overall contract award amount for any DOD contract awarded within the past twelve (12) months. The overall most highly qualified firms will not be rejected solely in the interest of equitable distribution of contracts. (H) Small Business and Other Set-Aside Designation Participation: The extent of participation of small business, minority business enterprise, woman-owned business, veteran-owned business, disabled veteran-owned business, small/disadvantaged businesses participating in the SBA 8(a) program, historically black colleges and universities/minority institutions and small businesses within the historically under-utilized business (HUB) zone will be evaluated. Large businesses are expected to place subcontracts to the maximum practical extent with Small and Small Disadvantaged firms, and other set-aside designated firms. Firms shall submit the percentage of total estimated effort of small business participation of the proposed contract team. (I) Sustainable and Green Practices: In response to Executive Order 13423, Executive Order 13514, Energy Policy Act (EPAct) of 2005, FAR Subparts 23.2, 23.4, and 23.7, and RCRA Section 6002, a firm shall list in Section H of the SF 330 projects in which best management practices were implemented in regards to sustainability and green practices within various stages of response/remedial activities, including removal action, remedial investigation/feasibility study, remedial design, remedial assessment, long-term remedial actions, and operations and maintenance. The firm shall also list the quantitative benefits gained from the use of sustainable and green practices for the projects submitted under this evaluation factor as compared to an established baseline. The summary of the firm's corporate commitment to environmental sustainability (including use of environmental management systems) should also be included. 4. SUBMITTAL REQUIREMENTS: Interested firms having the capabilities to perform this work must submit one (1) paper copy and one (1) electronic copy on a CD of the SF 330. Each branch office that will have a key role in the proposed contract must also submit a copy of the SF 330 Part II. Responding firms must submit a current and accurate SF 330, Part II, for each proposed consultant. The proposal shall be submitted as one file using Microsoft Word (.doc) or Adobe Acrobat (.pdf). Font size shall be 12 or larger. Font size for tables, graphs, and exhibits shall be 9 or larger. Any firm with an electronic mailbox responding to the solicitation should identify such address in the SF 330, Part I. Please identify the Dun & Bradstreet number of the office(s) performing the work in Block 5b of the SF 330, Part I. Dun & Bradstreet numbers may be obtained by contacting 1-866-705-5711, or via the internet at www.dnb.com. Questions about the Dun & Bradstreet number should be directed to Marilyn Kells (ACASS/CCASS/CPARS Program Analysis Officer) at 503-808-4590. The SF 330 will be no longer than 100 pages in length (excluding the SF 330, Part IIs) and Block H will be 20 pages or less in length. Each printed side of a page will count as one page. All responses (on SF 330) to this announcement must be received no later than 4:00PM EST on 08 July 2011. No other information including pamphlets or booklets is requested or required. No other general notification to firms under consideration for this project will be made. Facsimile transmissions or other electronic submissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. Submit responses to US Army Corps of Engineers, ATTN: Crystal May, 600 Dr. Martin Luther King, Jr., Place, Room 821, Louisville, KY 40202-2267. Contracting Point of Contact: Crystal May (502) 315-6206, Email crystal.m.may@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR11243509/listing.html)
 
Place of Performance
Address: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
 
Record
SN02476910-W 20110622/110620234512-70fa77fd2e52f32c373df95b966f3713 (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.