Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2012 FBO #3766
AWARD

C -- A-E Services 8(a) MEGA (Phase A) IDC

Notice Date
3/15/2012
 
Notice Type
Award Notice
 
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
W912DQ11R3006
 
Archive Date
4/14/2012
 
Point of Contact
Hilary O Meckel, 816 389 3500
 
E-Mail Address
USACE District, Kansas City
(hilary.o.meckel@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W912DQ-12-D-3001
 
Award Date
3/14/2012
 
Awardee
TRIECO TT JV (966678158) <br> 415 OAK ST<br> KANSAS CITY, MO 64106-1120
 
Award Amount
$5,000,000.00
 
Line Number
0001
 
Description
This contract action was not awarded as a fixed price type because it was not possible to estimate accurately the extent or duration of the work or to anticipate costs with any reasonable degree of confidence. As such, a labor-hours type action was awarded for non-commercial services (FAR 16.602). C-ARCHITECT AND ENGINEERING SERVICES "8(a) Small Business Set-Aside Indefinite Delivery Contracts (IDC) for Architect-Engineer (A-E) Services within the Northwestern Division (MEGA Phase A)" 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).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/Awards/W912DQ-12-D-3001.html)
 
Record
SN02697892-W 20120317/120315235134-33b190e9a4b307d9bfe5bc95ef6e826e (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.