Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2011 FBO #3564
MODIFICATION

C -- 8(a) Small Business Set-Aside Indefinite Delivery Contracts (IDC) for Architect-Engineer (A-E) Services within the Northwestern Division (MEGA Phase A).

Notice Date
8/26/2011
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-11-R-3006
 
Response Due
10/4/2011
 
Archive Date
12/3/2011
 
Point of Contact
William Joshua Hill, 816-389-3827
 
E-Mail Address
USACE District, Kansas City
(william.j.hill@usace.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
1. Contract Information: The Northwestern Division (NWD) of the U.S. Army Corps of Engineers has a requirement to acquire Architect-Engineer (A-E) Hazardous, Toxic, and Radioactive Waste (HTRW)/Environmental Indefinite Delivery Contracts (IDC) for execution of its environmental mission. This contract acquisition is part of NWD's Phase A of the Multiple Environmental Government Acquisition (MEGA). These regional A-E contract acquisitions will be conducted in accordance with Public Law 92-582, the Brooks Act, and Federal Acquisition Regulation (FAR) Subpart 36.6 and Defense Federal Acquisition Regulation Supplement (DFARS) 236.6. The majority of the work will be located within the NWD (including Kansas City, Omaha, and Seattle Districts). In support of this effort, the Government intends to award contracts to two (2) 8(a) Small Business firms sharing $10 million in total contract capacity. However, if the Contracting Officer determines during the selection process that fewer or more than two (2) contracts should be awarded, based upon the selection criteria, the Contracting Officer has the discretion of adjusting that number, or awarding none at all. The period of performance for each contract will include a base period of three (3) years and one option period of two (2) years. It is anticipated that the contracts will be awarded not earlier than December 2011. Task orders will be issued as the need arises during the contract period. Task order assignments will be determined with consideration of each firm's experience, qualifications, past performance, capability, and capacity. These task orders may be either firm fixed-price or cost reimbursable type orders. The period of performance on individual task orders shall not exceed five (5) years. Firms receiving award will share an ordering amount of $10 million over the life of the contracts. The NAICS Code for this procurement is 541330 -- Engineering Services. For the purposes of this procurement a concern is considered a small business if its average annual gross receipts are $4.5 million or less. More than one contract will be awarded for the same scope of work. Under the Brooks Act, price competition is not allowed for A-E contracts. When a requirement is identified, the government will first determine if it is a new requirement or a follow-on effort to an existing HTRW/environmental project. Due to the nature of the requirements, projects are completed in phases such as preliminary assessment, remedial investigation, feasibility study, and then design. If a follow-on requirement, determination of the selected A-E will be conducted considering a firm's experience, qualifications, capability, and capacity to perform the work. For new requirements, the project scope will be reviewed to determine whether the requirement can be accomplished using a firm fixed-price task order or whether uncertainties will require the use of a cost reimbursable task order. Experience, qualifications, past performance, capability, and capacity will be considered to determine which firm is best qualified to accomplish the work. The period of performance for the IDC will begin on the date of contract award and will be in effect for the three (3) year base period; in addition there is a provision for one two (2) year option period; if the option period is exercised, the length of the contract will be five (5) years. The period of performance for task orders awarded under the IDCs will be determined based upon the work requirement (not to exceed five (5) years) and will be included in the task order solicitation and negotiated award documents. The Service Contract Act of 1965, as Amended, is applicable to this solicitation and resulting contracts and will be incorporated into same. Service wage rates will be determined relative to the employee's office location rather than the location of work. To be eligible for contract award, a firm must have a DUNS number from Dun & Bradstreet (D&B) and be registered in the Department of Defense (DoD) Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov or by calling 1-866-606-8220. D&B can be reached by calling 1-866-705-5711. Firms are also required to use the Online Representations and Certifications Application (ORCA). ORCA is a web-based system that centralizes and standardizes the collection, storage, and viewing of many of the representations and certifications required by the FAR and previously found in solicitations. Detailed information can be found in the Help section of the ORCA website at http://orca.bpn.gov. The help section includes ORCA background information, frequently asked questions (FAQ), the ORCA Handbook, and whom to call for assistance. Additionally, in accordance with FAR Part 22.1303, all firms must complete their VETS-100 report. Information can be found at the Department of Labor website http://www.dol.gov/vets/programs/fcp/main.htm, or call the service center at 1-866-237-0275; you will be asked to provide your company name, employer identification number (EIN), and DUNS number. 2. Project Information: Firms must be capable of performing work on a wide variety of HTRW/environmental sites in a manner that complies with federal, state, and local regulations and laws, and within time frames required. A majority of the work to be performed is expected to be for HTRW/environmental projects in NWD. Specific needs will be determined based upon project requirements as described in each task order. Project assignments will typically require performance on-site and in an office setting. Assignments will include, but not be limited to: site investigations, subsurface exploration, chemical sampling, testing and analyses, hazard evaluations, feasibility and other engineering studies and reports, archaeological investigations and mitigation, wetlands determination and mitigation studies, groundwater and other modeling, contaminant fate and transport analysis, HTRW remedial designs, preparation of plans and specifications, cost estimating, value engineering screenings and studies, field inspections, verification of existing conditions, pilot studies, surveying and mapping, community relations, construction-phase services (engineering design during construction, checking shop drawings), evaluations of green technologies and energy conservation measures, and other related services. Selected firms will work on a variety of hazardous waste and other environmental projects, including, but not limited to: contaminated soil and groundwater, contaminated sediments, radioactive and mixed wastes, underground storage tanks and fueling systems and habitat restoration and mitigation. For on-site investigations, firms must provide personnel with current health and safety training, as required by the Occupational Safety and Health Administration (OSHA). 3. Selection Criteria: (A) Selection of the firms will be based on the following primary criteria, listed in descending order of importance: (1) Specialized experience and technical competence of the firm's team demonstrated during the past five (5) years in the broad range of environmental work required for this contract including (a) Investigation, planning, design, and construction phase services for a variety of hazardous, toxic, and radioactive waste cleanup projects. Experience must demonstrate wide-ranging capabilities for diverse projects with differing contaminants in various media. (b) Knowledge of and adherence to regulations and practices pertaining to hazardous waste sampling, handling, transportation and disposal including Resource Conservation and Recovery Act (RCRA), Comprehensive Environmental Response, Compensation and Liability Act (CERCLA), Clean Water Act (CWA), Toxic Substance Control Act (TSCA), and (National Environmental Policy Act (NEPA). (c) Oversight of Remedial Investigation, Feasibility Study, Remedial Design, Remedial Action, and Long Term Response Action projects performed by other parties, in conformance to their respective consent decrees or administrative orders negotiated with EPA; (d) Demonstrated quality management procedures. The effectiveness of the proposed project team (including management structure, coordination of disciplines, offices and/or subcontractors; and prior working relationships) will be considered within quality management; (e) Capability in managing cost-reimbursable contracts/task orders. The prime A-E firm will demonstrate adequate experience with a cost accounting system for cost-reimbursable contracts/task orders. Firms will be evaluated for the degree in which their team possesses experience and competence in these areas (a through e, above). The most highly qualified firms will have extensive experience in all of these areas; (2) Professional qualifications of a firm's staff and team consultants to be assigned to this contract. The education, training, registration, proposed job title, overall and relevant experience, longevity with the firm, and experience of personnel working together with key management and other technical personnel will be considered. This criterion is primarily concerned with the qualifications of the key personnel and not the number of personnel, which is addressed under the capacity criterion below. Responding firms should demonstrate the professional qualifications of their staff in these primary disciplines, which are listed in descending order of importance. List professional registrations, if applicable, for the key disciplines: (a) Project Management (b) Chemical Process Engineering; (c) Chemistry; (d) Hydrogeology ; (e) Risk Assessment; (f) Environmental Engineering (g) Civil Engineering; (h) Geotechnical Engineering; (i) Industrial Hygiene; (j) Health Physics; (k) Cost Engineering; (l) Geology; (m) Archaeology; (n) Biology; (o) Mechanical Engineering; (p) Electrical Engineering; (q) Architecture/Landscape Planning; and (r) Structural Engineering; (3 ) Past performance on DoD and other contracts with respect to cost control, quality of work, management/business relations, and compliance with performance schedules. Architect-Engineer Contract Administration Support System (ACASS) is the primary source of information on past performance. ACASS will be queried for all firms submitting a proposal using the DUNS numbers provided in Parts I and II of the submitted SF 330. If deemed appropriate by the evaluation board, performance evaluations for any significant team subcontractors who have previously been prime A-E contractors may also be considered. The board may seek information on past performance from other sources, but is not required to seek other information on the past performance of a firm, if none is available from 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 size, scope, and complexity of projects will be ranked relatively high on past performance; (4) Capacity. The board will consider available capacity of key disciplines identified above from the prime firm and its team consultants to perform work in the required time; (5) Knowledge of the locality. The board will evaluate a firm's familiarity with local conditions. Examples include knowledge of, and experience dealing with, the state and local regulatory agencies, geological features, climatic conditions or local construction methods that are unusual or unique. Work under these contracts may be in a widely dispersed geographic area; therefore, responding firms should demonstrate the extent of their capabilities to serve projects located throughout the USACE NWD. (B) Secondary Selection Criteria. The following secondary criteria will only be used as a tie-breaker, if necessary, in ranking the most highly qualified firms. The secondary criteria will not be co-mingled with the primary criteria in the evaluation. The secondary criterion is Volume of DoD A-E Contract Awards in the last twelve (12) months. Responding firms should cite all contract numbers, award dates and total contract amounts for any DoD A-E contract awarded within the past twelve (12) months. Please indicate all task orders and modifications awarded your firm by DoD agencies within the last twelve (12) months under an indefinite delivery type contract. Indicate date of task orders and contract amounts for each. This information will assist in effecting an equitable distribution of DoD A-E contracts among qualified firms. 4. Submittal Requirements: Interested firms having the capabilities to perform this work must submit one (1) original plus five (5) copies of SF 330 (06/2004 edition) for the prime firm and all team consultants. Include the firm's DUNS number in SF 330, Part I, Section B, Block 4. A minimum of five (5), but not more than ten (10) projects should be submitted in Section F of the SF 330. A "project" is defined as work performed pursuant to one specific task order of an IDC at one site or multiple sites at a single installation or facility, or work performed pursuant to a site-specific contract for one site or multiple sites within a single installation or facility. An IDC, or the performance of work pursuant to multiple task orders of an IDC, does not represent a "project" within this definition. If the offeror provides a specific task order as its "project," it shall provide the base contract number and the task order number for reference purposes. If the offeror provides a site-specific contract as its "project," it shall provide the contract number for reference purposes. Firms may include as a "project" relevant HTRW work at a single site which was accomplished under multiple contracts and multiple task orders. The work accomplished at a single site may include a description of multiple Operable Units or multiple phases of work at that site. Firms should include information regarding the Secondary Selection Criteria in Section H of the SF 330. Section H is limited to twenty (20) pages with double-sided sheets counting as two pages. Page sheets of 11 inches X 17 inches will be counted as two pages. For all SF 330 sections, use no smaller than 10 pt. font. No spiral bound documents shall be submitted. Solicitation packages are not provided. This is not a request for proposal. Submittals must be mailed or delivered to the following address not later than October 4, 2011, 4:00 pm Central Time (no faxed or other electronic submittals will be accepted): U.S. Army Corps of Engineers, Kansas City District Attn: CECT-NWK-H (William Hill) 601 East 12th Street Kansas City, MO 64106-2896 (816) 389-3827 Submit questions, in writing only, to William Hill at William.J.Hill@usace.army.mil Contracting Office Address: U.S. Army Corps of Engineers, Kansas City District 601 East 12th Street (Room 647) Kansas City, MO 64106-2896
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-11-R-3006/listing.html)
 
Place of Performance
Address: U.S. Army Corps of Engineers Northwestern Division Kansas City MO
Zip Code: 64106-2896
 
Record
SN02551941-W 20110828/110827000045-7f58e55c9ab1db9b61002263e5641b13 (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.