Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2011 FBO #3645
SOLICITATION NOTICE

C -- Notice for an Indefinite Delivery Contract (IDC) for Architect and Engineering (A-E) Services for the Mobile District, U.S. Army Corps Of Engineers to Provide Environmental Support to Military, Civil, and Federal Agencies

Notice Date
11/15/2011
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-12-R-0005
 
Response Due
1/4/2012
 
Archive Date
3/4/2012
 
Point of Contact
Terricka D. Leonard, 251-441-6500
 
E-Mail Address
USACE District, Mobile
(terricka.d.leonard@usace.army.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
ALL QUESTIONS SHALL BE SUBMITTED VIA THE BIDDER INQUIRY PORTAL IN PROJNET AS DESCRIBED IN THE SUBMISSION REQUIREMENTS BELOW. Point Of Contact for this announcement is Mrs. Mary F. Breland. This notice is posted in its entirety and hereby serves as the official solicitation for this project. CONTRACT INFORMATION: A-E services are required for an IDC to provide environmental support to military, civil, and federal agencies. It includes professional services to support military and civil environmental programs for Department of Defense, U.S. Army, U.S. Army Reserves, U.S. Army National Guard, U.S. Air Force, U.S. Navy, U.S. Marine Corps, and Defense Logistics Agency projects; U.S. Army Corps of Engineers Federal military and civil works projects; Department of Homeland Security, National Institutes of Health, Centers for Disease Control, and other Federal agency projects. The contractor will be required to perform services at federal/military projects throughout the world, including the Continental United States, its territories, South and Central America and other world nations. This announcement will result with at least four (4) awards being made in a combination from Unrestricted, and Small Business set-aside. All firms responding to this solicitation MUST identify in which category they are submitting. Firms should state the words UNRESTRICTED or SMALL BUSINESS after the solicitation number in PART I, A Block 3 of form SF 330. A separate response (SF 330) MUST be submitted for each category in which the firm wants consideration. 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. Only firms considered highly qualified will be awarded a contract. Multiple awards will be made from this solicitation to a combination of Unrestricted and Small Business. It is the intent to award three (3) from the Unrestricted, one (1) from the Small Business set-aside. The contracts will be awarded for a term not to exceed a total of five (5) years. Work under this contract will be subject to satisfactory negotiation of individual task orders, with the total IDC contract value not to exceed $3,000,000 for Unrestricted and $1,000,000 for the Small Business set-aside categories over the five-year life of the contract. A firm fixed price contract will be negotiated. In the event that a contract cannot be awarded in the restricted categories, the remaining $1,000,000 in IDIQ contract capacity will be awarded to another highly qualified firm in the unrestricted category. No one firm will receive more than one award. Rates will be negotiated for each 12-month period of the contract. The small business size standard is a maximum of $4.5 million of average annual receipts for its preceding 3 fiscal years. All interested A-E firms are reminded that, in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged firms. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. The subcontracting goal for this contract is a minimum of 70% of the firm's intended subcontract amount be placed with Small Businesses (SB). Within the 70% the following goals are as follows: 6.2% be placed with Small Disadvantaged Businesses (SDB); 7.0% be placed with Women-Owned Small Businesses (WOSB); 9.8% be placed with HUB Zone Small Business; 3.0% be placed with Veteran-Owned Small Business; and 0.9% be placed with Service-Disabled Veteran-Owned Small Business. If a large business firm is selected for this contract, it will be required to submit a detailed subcontracting plan during contract negotiation. If the selected firm intends to submit a plan with lesser goals, it must submit written rationale in the plan why the above goals cannot be met. The North American Industry Classification System (NAICS) code for this action is 541330. PROJECT INFORMATION: A-E Services provided under this contract will include, but are not limited to all types of environmental support for the following: Department of Defense, U.S. Army, U.S. Air Force, U.S. Navy, U.S. Marine Corps and Defense Logistics Agency projects; U.S. Army Corps of Engineers Federal military and civil works projects; Department of Homeland Security, National Institutes of Health, Centers for Disease Control, and other Federal agency projects; all compliance and conformance issues; development and management of land, natural and cultural resources programs; study of contaminated sites; other water quality or water supply studies. It will include but not be limited to preparation of any of the following: All products and studies associated with preparation of National Environmental Policy Act (NEPA) Documents; Integrated Natural Resource Management Plans; Integrated Cultural Resource Management Plans; Endangered Species Management Plans and Section 7 compliance documentation and studies; Clean Water Act documentation and implementing guidance; Clean Air Act documentation and implementing guidance; Installation Master Plans/General Plans; Encroachment Studies, Land Acquisition Studies, Sustainability Studies and Risk Assessments. Specific services include: scientific analyses and assessments of biological, ecological, cultural/historic/architectural, and archaeological resources at all study and survey levels, terrestrial and underwater; threatened and endangered species inventories and surveys; Invasive Species Management/Control, Pest Management Plans, forest management plans to include prescribed burn plans; biological evaluations and assessments; Section 7 of the Endangered Species Act consultation assistance; habitat evaluations; wetlands delineations identification of current trends, cumulative effects, and projected land uses, including potential use and reuse alternatives; identification and evaluation of potential impact mitigation measures; economic evaluations; preparation of master plans for development and management of military and civil facilities, including natural and cultural resources management planning; coordination with interested Federal, state and local agencies and organizations; preparation of public involvement plans and facilitation of public meetings; regulatory compliance; Environmental Management Systems, Geographic Information Systems, Environmental Performance Assessment System, Environmental Compliance Assessment System and similar technologies and web based program management techniques. Additional services will include those activities required for the preparation of an Environmental Baseline Survey/Environmental Condition of Property studies; support to real estate activities including leases, licenses, land acquisitions, and reports of availability, preparation of Findings of Suitability to Transfer and/or Findings of Suitability to Lease, decision documents that incorporate all essential issues; the preparation of Clean-up Plans, and preparation of risk assessment documentation. 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 thru D are primary. A. Professional Qualifications: The selected firm must have, either in-house or through consultants, the following disciplines: (1) Project Manager; (2) Environmental Engineer, registration required; (3) Biologist; (4) Ecologist; (5) Water Resource and Land-use Planners; (6) Cultural Resources Specialist; (7) Air Quality Specialist; (8) Traffic Specialist; (9) Socio-economist; (10) Real Property Master Planner; (11) Geologist; (12) Civil Engineer, registration required; (13) Industrial Hygienist; (14) Chemical Engineer, registration required, with a degree in Chemical Engineering; (15) Chemist, with a degree in Chemistry. Registration is required for the: Environmental Engineer, Civil Engineer, and Chemical Engineer. Resumes contained in Standard Form (SF) 330, PART I, Section E, shall be completed for each discipline. ROLE IN THIS CONTRACT, Block 13 under PART I, Section E must use the same discipline nomenclature as is listed in this announcement. If an individual will serve in more than one discipline then those disciplines shall be clearly indicated in Block 13, PART I, Section E. The evaluation will consider education, training, registration, overall and relevant experience in the listed discipline, and longevity with the firm. B. Specialized Experience and Technical Competence: (1) Demonstrated breadth, knowledge and experience of current U.S. Army, U.S. Air Force, U.S. Navy, U.S. Marine Corps, U.S. Army Corps of Engineers, DLA, and other military and Federal agency policies, guidance, and regulations for preparation of all levels of NEPA documentation and supporting studies. (2) Knowledge and experience with implementation/preparations of master plans/general plans, real property exchange, encroachment studies and other land management planning activities for DoD agencies. (3) Experience with preparation of environmental documentation for the Army's force structure, training, and operations. (4) Knowledge and experience with Endangered Species Act, Clean Air and Water Acts, National Historic Preservation Act, Coastal Zone Management Act, and related Executive Orders, and Master Planning regulations and guidance. (5) Demonstrated experience in working environmental projects/issues with the following agencies and offices: Headquarters, U.S. Army; U.S. Air Force; U.S. Navy; U.S. Marine Corps; Army Reserve, Army National Guard, Army Installation Management Command; Army Major Commands; Army Environmental Command; Army Installations; Defense Logistics Agencies, Other Department of Defense agencies; Environmental Protection Agency; Department of Homeland Security; National Institutes of Health; President's Council on Environmental Quality; and other Federal agencies. (6) In Block H of the SF 330 describe the firm's quality management plan, including quality assurance process, project scheduling, coordination of the in-house work with consultants, and prior experience of the prime firm and any significant consultant. C. Capacity to Accomplish the Work: The Unrestricted selected firms shall demonstrate the capacity to accomplish at least four (4) $500,000 individual task orders simultaneously; and the Small Business selected firms shall demonstrate the capacity to accomplish at least two (2) $500,000 individual task orders simultaneously. D. Past Performance: Past performance on military contracts with respect to cost control, quality of work and compliance with performance schedules. Evaluations will be based on established ACASS ratings and other credible documentation included in the SF 330. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms or joint ventures having the capabilities to perform this work as a prime contractor, may submit ONE (1) completed, bound paper copy of their SF 330 (Architect-Engineer Qualifications) for each category (i.e., Small Business, or Unrestricted) in which the firm wishes to be considered, to: U.S. Army Corps of Engineers, Mobile District, CESAM-EN-DW, ATTN: Mrs. Mary F. Breland, 109 St. Joseph Street, Mobile, AL 36602. SF 330 6/2004 edition must be used, and may be obtained from the Government Printing Office or from the following web site: http://contacts.gsa.gov/webforms.nsf/22f268ed0a398629852569a4006ed7cc?OpenView&Start=30. All firms responding to this solicitation MUST identify the category they wish to be considered. Firms should state the words UNRESTRICTED, or SMALL BUSINESS after the solicitation number in PART I, A Block 3 of form SF 330. A separate response (SF 330) MUST be submitted for each category in which the firm wants consideration. All fonts shall be at least 10 pitch or larger. Pages shall be 8-1/2 inches by 11 inches. PART I OF THE SF 330 SHALL NOT EXCEED 75 PAGES. Blank sheets/tabs separating the sections within the SF 330 will not count against the maximum page count for PART I. Include DUNS number in SF 330 PART I, Section B, Block 5. A firm located within the United States may obtain a DUNS number by calling Dun and Bradstreet at 1-866-705-5711 or via the Internet at http://www.dnb.com/us/. If the firm is located outside the United States, the local Dun and Bradstreet office should be contacted. The organization chart required in section D and the matrix required as Section G, Part I of the SF 330 may be presented on a sheet up to 11 inches by 17 inches. If an 11 inch by 17 inch sheet is used it shall be neatly folded to 8-1/2 inches by 11 inches, bound in the SF 330 at the proper location, and counted as one page. A maximum of ten (10) projects including the prime and consultants, not to exceed the past five (5) years, will be reviewed in PART I, Section "F". Use no more than one page per project. It shall be noted that a task order executed under an Indefinite Delivery Contract is considered a Project. If the project is not 100% complete, note the current percentage and estimated date when project will be completed. In Block G-26, along with the name, include the firm with whom the person is associated. A Part II is required for each branch office of the Prime Firm and any Subcontractors that will have a key role in the proposed contract. This is not a request for proposal. Solicitation packages are not provided. Submittals must be received no later than 3:00 P.M. Central Time on 04 January 2012. Regulation requires that the Selection Board not consider any submittals received after this time and date. Late proposal rules in FAR 15.412 will be followed for submittals received after 3:00 P.M. Central Time on the closing date specified in this announcement. The A-E Evaluation Board (Selection Board) is tentatively scheduled TO COMMENCE ON OR ABOUT 09 January 2012. As required by acquisition regulations, interviews for the purpose of discussing prospective contractor qualifications for the contract will be conducted only for those firms considered most highly qualified after submittal review by the selection board. Interviews will be conducted by telephone and will most likely occur the same week that the Selection Board convenes. Phone calls and personal visits for the purpose of discussing this solicitation are not allowed. ALL QUESTIONS SHALL BE SUBMITTED VIA THE BIDDER INQUIRY PORTAL in ProjNet at http://www.projnet.org/projnet. Questions should be submitted no later than 21 DECEMBER 2011 at 3:00 p.m. Central Time to allow time for a response. On this date and time the portal will be closed. For questions, no other means of communication, e-mail, fax, or telephone will be accepted. To submit and review inquiries, firms will need to be current registered users of the ProjNet system. To register, go to the link above, click the BID tab, select BIDDER INQUIRY, select agency USACE, enter the Bidder Inquiry Key for this solicitation listed below, and your e-mail address, and then click login. Complete all required information and then click CREATE USER. Verify that information on the next screen is correct and click CONTINUE. From this page you can view all bidder inquiries for this solicitation or add an inquiry. Offerors or Bidders will receive an acknowledgement of their question via e-mail, followed by a response to their question after it has been processed by our team. The Solicitation Number is: W91278-12-R-0005. The Bidder Inquiry Key is: ZBO93C-A6CUW3. Firms are requested to review the Bidder Inquiry Portal for previous questions and responses, prior to submission of a new inquiry on the Portal. Caution: Any inquiry submitted and answered within this system, will be accessible to view by ALL interested FIRMS on this solicitation. The call center for the ProjNet operates weekdays from 8 AM to 5 PM U.S. Central Time Zone. The telephone number is 1-800-428-HELP. To verify your submittal has been delivered, you may e mail Mary Breland at: mary.f.breland@usace.army.mil. To be eligible for contract award, a firm must be registered with the Central Contractor Registration database. For instructions on registering with the CCR, please see the CCR Web site at http://www.ccr.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-12-R-0005/listing.html)
 
Place of Performance
Address: USACE District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
Zip Code: 36628-0001
 
Record
SN02623574-W 20111117/111115234422-b0b89d0174b292283d23b1ea9453ad46 (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.