Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2012 FBO #3816
MODIFICATION

C -- ARCHITECT ENGINEER (A-E) CONTRACT FOR DETAILED ASSESSMENT OF THE EXTRACTION AND MONITORING WELL SYSTEM FOR THE OTT-STORY SUPERFUND SITE, MUSKEGON, MICHIGAN

Notice Date
5/4/2012
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Detroit, 477 Michigan Avenue, Detroit, MI 48226
 
ZIP Code
48226
 
Solicitation Number
W911XK-12-R-0014
 
Response Due
6/4/2012
 
Archive Date
8/3/2012
 
Point of Contact
Carlette L. Williams, Phone: 3132262683
 
E-Mail Address
Carlette.l.Williams@usace.army.mil
(Carlette.l.Williams@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
ARCHITECT ENGINEER (A-E) CONTRACT FOR DETAILED ASSESSMENT OF THE EXTRACTION AND MONITORING WELL SYSTEM FOR THE OTT-STORY SUPERFUND SITE, MUSKEGON, MICHIGAN POC for contractual information is Carlette Williams. All questions must be in writing and emailed to LRE-Quotes@usace.army.mil and Carlette.L.Williams@usace.army.mil 1. CONTRACT INFORMATION: Engineering services, procured in accordance with Public Law 92-582 (Brooks A-E Act) and FAR Part 36, are required to provide a detailed assessment and evaluation of the extraction and monitoring well system at the Ott-Story Superfund Site located at 453 Agard Road, North Muskegon, Michigan 49445. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. Negotiations will be held with the highest qualified firm. If a satisfactory agreement cannot be reached with firm number one, then negotiations will be held with the next highest firm in descending order until an agreement is reached. Award of a firm-fixed-price contract is anticipated. 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 Detroit District are that a minimum of 50% of a contractor's intended subcontract amount be placed with small businesses (SB), to include 17% with small disadvantaged businesses (SDB), and 18% with women-owned small businesses (WOSB), 10% with HUB Zone firms and 4% with Service Disabled Veteran Owned Businesses (SDVOB). The detailed subcontracting plan is not required with this submittal. The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act. The estimated award date of the contract is August 2012 and the estimated completion date is October 2013. The North American Industrial Classification System code is 541330, which has a size standard of $14M in average annual receipts. To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR internet site at http://www.ccr.gov/ or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. 2. PROJECT INFORMATION: The work to be performed includes a detailed assessment and evaluation of the current functional status of extraction wells and water pipelines, current operating conditions, and current effectiveness of the overall remediation system. The work also includes rehabilitation of extraction wells and associated rehabilitation wells, clean-out of pipelines, determining the maximum sustainable flow rates achievable by the extraction well network, providing data to assess optimal plume capture, and providing recommendations to repair/replace extraction wells, monitoring wells, rehabilitation wells, and/or water pipelines. 3. SELECTION CRITERIA: Firms must demonstrate in their submittal the ability to meet the selection criteria. The selection criteria are listed below in descending order of importance. Criteria a-e are primary factors. Criteria f-h are secondary factors and will only be used as "tie-breakers" among technically equal firms. a) Specialized Experience and Technical Competence: The prime firm and any subcontractors shall demonstrate recent (last 10 years) specialized experience and technical competence in or related to the type of work described in part 2 above and in the following areas: geology; geotechnical and environmental investigations and analysis; hydrogeology; groundwater plume evaluation and assessment of optimal plume capture; step-drawdown and slug testing; remedial system design; assessment of effectiveness of groundwater remediation systems; evaluation, assessment, design, and rehabilitation of extraction and monitoring wells and water distribution systems; determination of maximum sustainable flow rates in well networks; well and water distribution system cleaning, inspection, maintenance, and repair; video logging of wells and pipelines; pipeline leak detection systems and analysis; chemical usage for water treatment systems; groundwater and contaminant transport modeling; operation and maintenance of groundwater remediation systems; emergency spill response and clean up; use of computer-aided design and drafting (CADD); use of standard programs for cost estimating; and use of Geographic Information Systems (GIS). b) Capacity to Accomplish the Work: The selected firm shall have available for work adequate professional and technical personnel in the following disciplines: project management, civil engineering, geotechnical engineering, geologist, environmental engineering, hydrologist, mechanical engineering, chemist/chemical engineering, cost estimating, and CADD technician. c) Professional Qualifications/Key Personnel: A-E contractor will have (either in-house or through subcontractors) qualified registered professional personnel in the following key disciplines: engineers and geologists (practicing in the state where the project is located, i.e., registrations/certifications required for Michigan). The evaluation will consider education, training, certifications, registration, and relevant experience and longevity with the firm of key technical personnel. d) Past Performance: Past Performance on DOD and other contracts, preferably Corps of Engineers contacts, with respect to cost control, quality of work and compliance with performance schedules. Firms may include documentation of past performance on recent similar contracts with other Federal agency, State and local governments. The firm must demonstrate an effective quality control program that has delivered high quality products, on time and within budget. e) Knowledge of Locality: Demonstrate knowledge of the locality in the area of the site that the firm possesses to accomplish the planning, engineering and design services to be provided. f) Geographic Proximity: Geographic location of the prime firm and the proposed team within the Detroit District boundaries. g) Extent of Participation: Small businesses (SB), small disadvantaged businesses (SDB), historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. h) Volume of DoD Contract Awards: Volume of DoD contract awards in the last 12 months. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit six copies of SF 330 Part I and two copies of SF 330 Part II for the prime firm and all subcontractors to the U.S. Army Corps of Engineers, Detroit District, 477 Michigan Avenue, Room 617, Detroit, MI 48226, ATTN: Contracting, not later than 2:00 PM (Eastern daylight time) on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business of the next business day. Regulations require that the selection board not consider any submittals received after this time and date. Solicitation packages are not provided. The SF 330 should specifically address the requirements of this announcement. The firm shall present an organization chart and a narrative describing how the organization will function, including how the QA/QC plan would be implemented. The firm shall clearly identify those functions to be subcontracted out and indicate to what office location. Include the firm's DUNS number for the prime and key subcontractors in SF 330, page 1, block 10. In Section H, describe owned or leased equipment that will be used to perform this contract as well as CADD capabilities. Facsimile transmissions will not be accepted. As required by acquisition regulations, interviews for the purpose of discussing prospective contractor's qualification for the contract will be conducted only after submittal review by the selection board. Interviews will be conducted by telephone. This procurement is UNRESTRICTED. 5. PAGE LIMITATIONS: Section E shall be limited to 10 pages. Section F shall be limited to 10 projects, 20 pages total. Section H shall be limited to 15 pages. Pages in excess of the maximums listed will be discarded and not used in evaluation of the selection criteria. Cover letters, company literature and extraneous materials are not desired and will not be considered. Personal visits to discuss this announcement will not be scheduled. THIS IS NOT A REQUEST FOR PROPOSAL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA35/W911XK-12-R-0014/listing.html)
 
Place of Performance
Address: Ott-Story Superfund Site, 453 Agard Road, North Muskegon, Michigan, 49445, United States
Zip Code: 49445
 
Record
SN02739568-W 20120506/120504235147-1c4c21925591ef3587cc01ccee6266f2 (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.