Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 05, 2015 FBO #4849
MODIFICATION

C -- Indefinite Delivery Architect-Engineer Services Contract For HTRW, Primarily Various Locations, Alaska And Pacific Rim - Spec 01 32 01.00 Project Schedule

Notice Date
3/3/2015
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Alaska, ATTN: CEPOA-CT, P. O. Box 6898, JBER, Alaska, 99506-6898, United States
 
ZIP Code
99506-6898
 
Solicitation Number
W911KB-15-R-0014
 
Point of Contact
Kathy Wooldridge, , Michelle R Mandel,
 
E-Mail Address
kathy.wooldridge@usace.army.mil, Michelle.R.Mandel@usace.army.mil
(kathy.wooldridge@usace.army.mil, Michelle.R.Mandel@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Reference para 4.(C), Specification 01 32 01.00 is provided for informational purposes. UPDATE ON 03 MARCH 2015 - NOTE CHANGES TO PARAS 4.(F) AND 5.c). 1. CONTRACT INFORMATION: No additional information shall be provided and no solicitation will be issued. Interested firms shall respond by submitting a SF 330 listing their qualifications in accordance with the instructions below. Submittals must be received at the address indicated above not later than 2:00 pm Alaska time on 13 March 2015. This is not a request for proposal. This Indefinite Delivery contract(s) is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. North American Industrial Classification System code is 541330, which has a size standard of $15,000,000 in average annual receipts. To receive award contractors must be registered in the System for Award Management (SAM). The subcontracting plan is not required with this submittal. More than one contract is anticipated, but no more than two (2) contracts will be awarded. Contracts may be awarded concurrently or may be staggered at two (2) to six (6) month intervals. The contract(s) shall be indefinite delivery firm fixed price with a contract limit of $5,000,000.00 over five years. There is no specific task order limit except the limit of the contract(s). The first contract award is anticipated for the 4th quarter of FY 2015. This District currently has contracts in place for like services. The allocation of requirements to each of these contracts will be based on the assessment of best value for the Government, and may include an assessment by the Government of any or all of the following factors: a. Equitable allocation of work among contracts; b. Specific and unique capabilities; c. Apparent capacity of the contractor to perform the anticipated type of work; d. Past performance on earlier orders under the contract, including quality, timeliness and cost control; e. Ability to accomplish the order in the required time, and meet required delivery schedules; f. Experience and/or ongoing work (locality and/or type); understanding of local factors and geography; g. Remaining contract capacity to include potential impact on other orders placed with the contractor; h. Minimum order requirements; i. Available personnel; j. The amount of time contractors need to make informed business decisions on whether to respond to potential orders. The contract file will be documented to show the basis for selection of a particular contractor for negotiation of a task order under any resultant contract. All responders are advised that this contract may be revised or canceled at any time during the solicitation, selection, evaluation, negotiation and final award. In addition, no projects are yet authorized (See FAR 52.232-18). This solicitation does not guarantee work to the selected firm(s). To be eligible for contract award, a firm must be registered in the System for Award Management (SAM). Register via the SAM Internet site at https://www.sam.gov/portal/public/SAM/#1. 2. PROJECT INFORMATION: The selected A-E firm would be required to have sufficient staff, flexibility, and capability to be available on an as-needed basis. The Corps' HTRW program covers investigation, planning and design for cleanup of hazardous, toxic, and radiological wastes (HTRW), debris, and other environmental contaminants at various locations in Alaska and the Pacific Rim. The selected firm must have the skills for and may perform any or all of the following tasks: technical expertise in all phases of environmental and HTRW management; chemical sampling; resource and regulatory agency coordination; RCRA/CERCLA/SARA/TSCA/ADEC compliance as appropriate for specific sites or projects; community relations; developing conceptual site models; performing preliminary assessments; site investigations; remedial investigation/feasibility studies; geophysical investigations, debris inventory, and drum characterization; establishment of Data Quality Objectives (DQOs); developing and implementing sampling analysis, chemical QA/QC, and health and safety plans; assessment of chemical data quality and development of chemical quality assurance reports, reviewing and interpreting chemical sampling analysis, and developing alternative cleanup levels; performing human health and ecological exposure/risk assessments; researching the most appropriate, cost effective remedial action; preparing air emissions studies for compliance with Clean Air Act; preparing storm water pollution and prevention plans; preparing remedial action plans; preparing cost estimates; performing chemical data validation; performing underground storage tank assessment work; and completing other tasks related to the investigation and characterization of HTRW and other environmental contaminants (including asbestos, lead-based paint, etc.). The selected firm must demonstrate the ability to provide survey-quality computer aided drafting (CAD) drawings in *.dwg format and all support files that conform to and are compatible with the Alaska District CAD systems through the life of this contract, as appropriate. This includes proficiency with U.S. National CAD Standards. The selected firm must also demonstrate the ability to provide geographic information systems (GIS) deliverables compatible with ArcGIS (ESRI) software. Proficiency with the following GIS files is expected: *.mxd files, shapefiles, geodatabases, coverages, and raster imagery, as appropriate. Proficiency with the following GIS work processes is expected: GPS field data collection and processing, datum and coordinate system transformation, georeferencing and rectification, geodatabase development, Spatial Data Standards for Facilities, Infrastructure, and Environment (SDSFIE), and metadata preparation using Federal Geographic Data Committee (FGDC) standards. Laboratories performing analyses in support of this contract must be accredited for each applicable analyte and test method by the Department of Defense Environmental Laboratory Accreditation Program (DoD ELAP), which is compliant with ISO/IEC 17011:2004 standards. As part of this accreditation, all laboratories must demonstrate the ability to generate acceptable results from the analysis of proficiency-testing (PT) sample(s), subject to availability, using each applicable method in the specified matrix. Upon request, laboratories must make available to the Department of Defense, the results of all PT samples analyzed by the laboratory during the period of performance. The Contractor shall ensure the laboratory makes appropriate documentation available to the Government Chemist/QAM. All laboratories are subject to on-site assessments by authorized representatives of the Department of Defense. If the project work is sited in Alaska, the project laboratory must also hold current Alaska Department of Environmental Conservation (ADEC) approval for the appropriate analytes and methods. All deliverables required under individual task orders (reports, databases, figures, maps, etc) shall be in the formats outlined in the most current Alaska District Corps of Engineers Environmental Engineering Branch Manual for Electronic Deliverables (MED, current version is October 2011). The MED requires data to be provided in standard formats that can be utilized more easily in the future. All plans and documents shall be submitted in electronic versions consistent with this guidance and as identified in the individual task orders. Submissions shall contain all drawings, photographs, and reports in native and pdf format in accordance with this guidance. A copy of the current MED will be made available to the contract awardee. In some task orders, all MED specifications will not be required; any allowed deviations to the MED will be documented in each task order. 3. LOCATION: Various Locations, primarily Alaska, but may include Pacific Ocean locations where the Alaska District has projects. 4. SELECTION CRITERIA: The candidate A-E firms shall be ranked in accordance with the selection criteria. The following selection criteria are listed in descending order of importance. Criteria (A)-(D) are primary selection criterion: (A) Minimum requirements for professional qualifications. AE Firms need to show the organization of the team that will support the HTRW contract as well as the qualifications of the staff on that team. The same person can meet the experience requirements of more than one position. The following are experience requirements for various positions on the team: (1.) Program Manager: One (1) senior level staff with a minimum of 10 years of professional experience of which 5 years are specifically related to investigation and remediation of contaminated sites. This person will be responsible for overall management of the HTRW contract, including quality assurance and quality control of all deliverables. Experience as a Program Manager or Project manager of complex projects is preferred. Having current professional registration (PE, PG, PMP, etc), experience with remote Alaska projects, and experience with the Formerly Used Defense Site Program (FUDS), Army Installation Restoration Program (IRP), and other Federal agencies is preferred. (2.) Project Manager: Two (2) staff with a minimum of 6 years of professional experience of which 4 years are specifically related to management of investigation activities at contaminated sites. This person will be responsible for management of one or more task orders issued on the HTRW contract. Experience with Alaska projects (specifically Alaska FUDS and Alaska Army IRP projects) is preferred. (3.) Senior Chemist: One (1) chemist with a minimum of 6 years of professional experience with the Uniform Federal Policy for Quality Assurance Project Plans, the DoD Quality Systems Manual, ADEC analytical requirements, and ADEC data quality work sheets. The Senior Chemist should also demonstrate experience related to performing CERCLA and RCRA test methods in an analytical laboratory and as chemist responsible for project/program data quality management. Experience with Alaska projects is preferred. (4.) Professional Engineer: One (1) professionally registered Environmental or Civil Engineer. The engineer should demonstrate a background in environmental site characterization, work plan preparation for environmental site characterization, and preparation of environmental site characterization reports. Experience with Alaska projects (including remote Alaska projects) is preferred. (5.) Professional Geologist: One (1) professionally registered geologist with experience in sampling media at contaminated sites and preparing site investigation reports. The geologist shall meet the requirements of an ADEC qualified person as defined by 18 AAC 75.990(100). Demonstrated experience with drilling at remote sites and overseeing different drilling methods at Alaska sites. (6.) Staff: Three (3) staff with a minimum of 4 years of professional experience. Include staff that will assist the PMs on awarded tasked orders. These staff can include scientist (chemists, geologists, environmental, biologists) and engineers (environmental, civil, geotechnical, etc.) that fill out the remainder of the project team not mentioned above. Staff shall meet the requirements of an ADEC qualified person as defined by 18 AAC 75.990(100).These staff would write work plans, perform field sampling, prepare reports, and manage and analyze data. Experience with Alaska projects is preferred. (7.) GIS/CADD: One (1) employee with experience designing geodatabases to include various data sources, such as chemical data, survey data and aerial photos; experience creating figures using georeferenced data to depict the results of site investigations and accurately display site features and vicinity. Experience with ADEC regulated sites is preferred. (8.) Risk Assessor: One (1) risk assessor with experience in writing risk assessment work plans, managing and analyzing data for risk assessments, and preparing risk assessment documents. Experience with ADEC regulated sites, the FUDS program, and remote Alaska projects is preferred. NOTE: AE Firm(s) should be multi-disciplined in the environmental field but may subcontract certain specialized work such as, but not limited to, underground storage tank assessment work; preparation of risk assessments; treatability studies; and chemical data validation. Responding firms must address each discipline, clearly indicate which shall be subcontracted, and provide a separate SF330 Part II for each subcontractor. A multi-disciplined AE firm with limited dependency on subcontracted personnel is preferred. (B) AE firms shall show specialized experience and technical competence in the following areas (experience with Alaska projects is preferred): (1.) Preparing planning documents for environmental investigations, including work plans and UFP-QAPPs in accordance with ADEC guidance and regulation. (2.) Executing complex environmental investigations with preference to remote Alaska locations that are accessible only by helicopter and/or barge. (3.) Preparing planning documents for and executing risk assessments. (4.) Preparing remedial investigation and feasibility study reports, proposed plans, decision documents/records of decision, Five Year Reviews, community relations plans and other technical work necessary for sites regulated by CERCLA, RCRA, and ADEC. (C) AE firms shall show capacity to develop and maintain schedules, accomplish required work in the required time, and at the required quality level. Demonstrated experience in the development and maintenance of Network Analysis Schedules utilizing software programs such as Primavera is required. Previous work with U.S. Corps of Engineers Technical Specification 01 32 01.00 290, Project Schedule, is preferred. AE firms shall show past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with schedules. (D) Past Performance on DOD and other contracts with respect to cost control, quality of work, and compliance with schedules. NOTE: Criteria (E)-(F) are secondary and will only be used as 'tie-breakers' among firms which are rated as technically equal after the interview phase of the selection process. The secondary selection criteria in descending order of importance are: (E) AE firms shall show geographic proximity. (F) Prime AE firms shall show volume of DoD contract awards over the past 12 months. Describe nature of work performed for each contract and the dollar amount. 5. SUBMISSION REQUIREMENTS: Firms submitting their qualifications should provide TWO copies of the SF 330 and must include the following additional information as indicated: a) Part I, block c (11): include if previously worked with subcontractor and estimated percentage involvement for each team member; b) Part I, block F (24): include separate values for professional fee and construction for each project identified; and c) Part I, block H (30): address how your team meets each selection criterion. Include an organization chart of the key personnel to be assigned to the project. The latest available version of the SF330 MUST be used, and may be obtained from the Government Printing Office at: http://www.gsa.gov/portal/forms/type/SF or from commercial software suppliers for use with personal computers and laser printers in both Adobe Acrobat PDF and Form Flow formats. In Part I-H of the SF 330, describe the firm's overall Design Quality Management Plan. A detailed contract-specific Design Quality Management Plan, which includes quality control and quality assurance plans, must be prepared for Government approval as a condition of contract award, but is not required with this submission. Part I of the SF 330 must be submitted. It is preferred that Part II of the SF330 be submitted with Part I however, the Part II will be considered submitted if a current version (updated within the 36-month period prior to the date for receipt of submissions) of the Part II information has been uploaded to the SAM website. Provide one (1) electronic copy of the submission on a CD in searchable, bookmarked, read-only format, preferably PDF format. Offerors must mail or deliver SF330 packages to be received no later than the date and time stated on the Presolicitation Notice. Requests forwarded after this date will not be considered. No additional information shall be provided, and no faxed or e-mailed submittals shall be accepted. This is not a request for proposal. Questions can be directed to the Contract Specialist/Contracting Officer listed below. No arrangements will be made by the government to assist in SF330 package delivery. Offerors are advised to plan accordingly. Day-pass procedures will not be used for delivery purposes nor are there pick-up services. No escort services will be provided. It is incumbent on the offeror to plan for unanticipated delays in delivery of SF330 package proposals. Due to heightened security at Government installations, visitors to the Elmendorf Air Force Base (Joint Base Elmendorf-Richardson (JBER) as of 1 Oct 2010) must use the Boniface Gate or Fort Richardson Gate (Visitor Centers). All vehicle occupants are required to wear seatbelts and hand-held cell phone usage by vehicle operators while driving on base/post is prohibited. Violators will lose their Base/Post driving privileges for these offenses. For offerors who will have their SF330 package hand-delivered, or use personal delivery services such as DHL, UPS or FedEx, the delivery must be by person, courier or personal delivery service with active base access. Mailing Address: U.S. Army Corps of Engineers, Alaska District ATTN: CEPOA-CT (Wooldridge, Rm 30) PO Box 6898 JBER, Alaska 99506-0898 Physical Address: U.S. Army Corps of Engineers, Alaska District ATTN: CEPOA-CT (Wooldridge) 2204 3rd Street, Room 30 JBER, Alaska 99506 SF330 packages will be accepted in Room 30 during Alaska District Corps of Engineer business hours (7:30 AM to 4:30PM) Monday through Friday excluding holidays but not later than the date and time stated on the SF1442 or subsequent solicitation amendment. Submitters are advised that the Alaska District Corps of Engineers building has limited access. Only the main door (in front under the Corps of Engineers red flag facing Second Street/Bluff Road) and the atrium doors (the tan addition to the main building located on Third Street/Fairchild Avenue) are open to individuals without a building pass. Room 30 is located in the basement near the DeCafe Lunchroom (turn right if using the main stairs or elevator). There is a date/time stamp located at the front desk in Room 30 and is the official clock used for SF330 package receipt. The Packaging that contains the SF330 package shall be marked: "Response to Presolicitation Solicitation Number: W911KB-15-R-0014, DO NOT OPEN" Contracting Division Point of Contact: Kathy Wooldridge, 907-753-2838 Email your questions to US Army Corp of Engineers, Alaska at: Kathy.Wooldridge@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-15-R-0014/listing.html)
 
Place of Performance
Address: Alaska, United States
 
Record
SN03656681-W 20150305/150303234411-a4cc8bdcd5602ed713c2172f547aa141 (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.