Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 29, 2016 FBO #5515
MODIFICATION

C -- Indefinite Delivery Architect-Engineer Services Contract for HTRW, Primarily Various Locations, Alaska

Notice Date
12/27/2016
 
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-17-R-0014
 
Point of Contact
Kathy Kinnett, , Aldone Graham,
 
E-Mail Address
kathy.j.kinnett@usace.army.mil, Aldone.R.Graham@usace.army.mil
(kathy.j.kinnett@usace.army.mil, Aldone.R.Graham@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
ALL CHANGES FOR AMENDMENTS REFLECTED IN BOLD, UNDERLINE AND ITALICS 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 05 JANUARY 2017 (REMOVED "02," "16" and "29 December 2016" ). 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). 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 FY 2017 subcontracting goals for this contract are a minimum of 41.50% of the contractor's intended sub-contract amount be placed with small businesses, with 25% of that to small disadvantaged businesses, 5% to woman-owned small businesses, 7% to HUB Zone small businesses, and 5% to service disabled veteran-owned small businesses. The subcontracting plan is not required with this submittal. More than one (1) contract is anticipated, but no more than four (4) 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 $72,000,000 over five (5) years. This MATOC capacity will be shared among all awardees in the unrestricted MATOC pool and the maximum task order limit amount will be $20 million. The first contract award is anticipated for the 3rd quarter of FY 2017. 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. In accordance with FAR 36.602, orders placed under any resultant contract(s) will be issued based upon contractor qualifications, following the procedures specified by the evaluation criteria provided below. (REMOVED "In accordance with FAR 16.505 (b)(1), the contracting officer must provide each awardee a fair opportunity to be considered for each order exceeding $3,000 issued under multiple delivery-order contracts or multiple task-order contracts, unless one of the following statutory exceptions applies: a. The agency need for the supplies or services is so urgent that providing a fair opportunity would result in unacceptable delays; b. Only one awardee is capable of providing the supplies or services required at the level of quality required because the supplies or services ordered are unique or highly specialized; c. The order must be issued on a sole-source basis in the interest of economy and efficiency because it is a logical follow-on to an order already issued under the contract, provided that all awardees were given a fair opportunity to be considered for the original order; and, d. It is necessary to place an order to satisfy a minimum guarantee.") 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 selected firms. 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 USACE HTRW program covers investigation, planning and design for cleanup of hazardous, toxic, and radiological wastes (HTRW), debris, military munitions response, and other environmental contaminants at various locations in Alaska. 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; environmental 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 inspections; remedial investigation/feasibility studies; geophysical investigations, debris inventory, and drum characterization; establishment of Data Quality Objectives (DQOs); developing and implementing sampling analysis, QA/QC or UFP/QAPP, and health and safety plans; validation of chemical data and development of chemical quality assurance reports, reviewing and interpreting analytical chemical data, and developing alternative cleanup levels; performing human health and ecological screening/risk assessments; researching the most appropriate, cost effective remedial actions; preparing remedial action plans; preparing cost estimates; 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, air emissions, storm water pollution and prevention plans, munitions and explosives of concern, etc.). The selected firm(s) 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(s) 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 awardees. In some task orders, all MED specifications will not be required; any allowed deviations to the MED will be documented in each task order. Specific projects planned for this contract include a Remedial Investigation at Buskin Beach on the Kodiak Navy/Army site, a Site Inspection at several pump stations along the CANOL Pipeline, continuation of a Remedial Investigation at the Eklutna Army Site, and continuation of a Remedial Investigation at Fort Morrow in Port Heiden. Additional task orders will be awarded on the IDA-E contracts as they are identified and programmed. The projects listed below are representative of the type of projects contractors should expect. The intent is to award each of these projects on this Indefinite Delivery Architect-Engineer contract (IDA-E). The following is a brief scope for each of these projects: Buskin Beach, Kodiak Buskin Beach is located in the Kodiak Island Borough, near the Kodiak Airport and Buskin River. Soil and groundwater are contaminated with a mixture of Bunker C and heating oil, deposited during WWII. The scope-of-work involves evaluating and presenting existing chemical and hydrogeologic data to assess groundwater flow. This analysis will be used to formulate a conceptual site model for the site. Additionally, three samples each of groundwater and product will be collected and analyzed for volatile petroleum hydrocarbons (VPH) and extractable petroleum hydrocarbons (EPH), to determine the aromatic, aliphatic and polar compound concentrations in the NAPL and groundwater. These data will be used to assess dissolved phase migration downgradient of the source area toward the Buskin River using a model to characterize fate and transport of contaminants through time and potential ecological risk to the Buskin River. The fate and transport calculations will be compared to previously-measured concentrations in the downgradient monitoring wells. Additionally, an effort will be undertaken to delineate the eastern edge of the boundary of the plume. 12 borings will be advanced in this effort. Two soil samples, one from near the water table and one from the vadose zone, will be collected from each boring and analyzed for diesel range organics (DRO) and residual range organics (RRO) via ADEC methods AK102 and AK103. Four of the borings will be completed as monitoring wells. One groundwater sample will be collected from each of the four wells and analyzed for DRO and RRO via methods AK102 and AK103. Groundwater samples will also be evaluated for Total Aromatic Hydrocarbons (TAH, or BTEX) and Total Aqueous Hydrocarbons (TAqH, or BTEX + Polynuclear Aromatic Hydrocarbons (PAHs)) by analyzing via EPA Method Methods 8021B or 8260B to quantify monoaromatic hydrocarbons and to measure TAH; and EPA method Methods 8270C (including SIMS) or 8310 for the list of 16 Polynuclear Aromatic Hydrocarbons listed by EPA Method 610. All locations of borings and samples will be surveyed for horizontal coordinates only. Deliverables are a pre-draft, draft and final work plan, to include a sampling and analysis plan, site safety and health plan and contractor quality control plan, and pre-draft, draft and final report. In accordance with the Manual for Electronic Deliverables (MED). CANOL Pipeline The CANOL pipeline extends for 605 miles from Whitehorse, Canada, to Fairbanks, Alaska. About 296 miles of the pipeline are in Alaska. The pipeline located in Canada is not eligible for DERP-FUDS funding. Along the 296 miles of pipeline, there are 1,079 tracts of land, owned by approximately 444 landowners. The CANOL project consists of the former pipeline right of way, possible dumps, staging areas and camps associated with construction of the pipeline; and valves, pump stations and maintenance facilities associated with operation of the pipeline. Operation of the CANOL pipeline ended in 1955, and since then much of the pipeline and associated facilities have been removed or demolished by contractors working for the Federal government or private individuals acting on their own. Fuel leaks and spills from operation of the pipeline may pose a risk to local residents. Contaminant sources include pipeline appurtenances associated with fuel storage and distribution, as well as sources associated with ancillary service of the CANOL pipeline (personnel camps and infrastructure, 55-gallon drums, oil cans, miscellaneous debris). Suspected contaminated media includes soil (surface and subsurface), groundwater, surface water, and sediment. The scope will include preparing planning documents, evaluating the nature and extent of contamination, reporting, and the associated project management. Media to be sampled and order of magnitude will vary by site, but will include soil, groundwater, surface water, and/or sediment. General fieldwork, sampling methodology, frequency, and standards shall conform to ADEC guidance documents, 18 AAC 75, 18 AAC 78, and ADEC UST procedures manual. Direct push and hollow-stem drilling methods typically achieve necessary soil sampling and groundwater well requirements, although air-rotary capabilities may be necessary in extreme cases. Typical contaminants of concern (COCs) include gasoline ranges organics (GRO), DRO, RRO, volatile organic compounds (VOCs), semivolatile organic compounds (SVOCs), and RCRA metals. Additional analytes may include ethylene dibromide (EDB), dichloroethane (DCA), and polychlorinated biphenyls (PCB). Environmental Laboratory Accreditation Program (ELAP) certification will be required for all appropriate analytical methods. Appropriate detection limits, limits of detection, and limits of quantitation to evaluate ADEC promulgated cleanup levels will be required. Analyses of historical documents, georeferencing of as-built drawings and historical photos necessary to locate sites and site features may be required. Coordination with SHPO for permitting may be required. GPS capabilities that adhere to the requirements of the MED are necessary. Geophysics may be required to locate subsurface site features and/or utilities. All deliverables are required to conform to the standards and specifications outlined in the MED, as well as ADEC Site Characterization Work Plan and Reporting Guidance. Deliverables will include draft and final work plans, updated ecological and human health conceptual site models and draft and final Site Investigation reports. Organizing and leading public meetings to inform local communities about proposed field efforts and incorporate public concerns into planning/reporting documents and the field efforts themselves is required. Meeting requirements typically include adequate advertising of the meeting to the local community, capacity to accommodate up to 20 meeting attendees, handicapped/disabled accessibility, teleconferencing capability, and multimedia presentation capability. Fort Morrow Additional RI work is required at the former Fort Morrow Army Post, located at Port Heiden, Alaska. Under the Formerly Used Defense Sites Program, the former Fort Morrow is eligible for environmental restoration funding. A remedial investigation is required under the Comprehensive Environmental Response, Compensation, and Liability Act prior to performing extensive remediation activities. A contractor conducted remedial activities between 2011 and 2015, and submitted a Final Phase II Remedial Investigation Report in November 2016. Additional investigation will be required to fully characterize the site. Closure of the Fort in 1945 resulted in the documented abandonment of thousands of drums of aviation fuel, petroleum, oil, lubricants, and other maintenance fluids. As a result of RI activities performed to date, the former Fort Morrow was divided into 13 Areas of Concern (AOCs), A through M, based on military activities that occurred within each area. A total of 195 features were screened for petroleum, oil, and lubricant (POL) contamination between AOC B (21 features), AOC M (171 features), AOC E (one feature), and AOC F (two features). Data gaps remain and additional soil and groundwater samples will be required to fill these gaps. Additional RI work will include surface and subsurface soil sampling (up to 100 samples) and the installation and sampling of additional monitoring wells (up to six). It is possible that additional geophysical surveys may need to be conducted (three areas) with subsequent test pits dug (up to two per survey area). Anticipated deliverables include a draft and final UFP-QAPP, Health and Safety Plan, project Fact Sheets, and draft and final reports in compliance with the MED. The contractor will host a public meeting in Port Heiden to present the status of the RI. The contractor will compare existing data from previous RI work against applicable cleanup levels. Eklutna Army Site The Eklutna Army Site is located 26 miles northeast of Anchorage, Alaska. The site was used by the United States Army as a suspected supply and storage area from 1957 to 1971. Widespread chlorinated solvent contamination has been identified in the site soils and groundwater. Hydrogeology at the site is extremely complex due to the Eklutna River, Chugach Mountains, and Cook Inlet. The Phase III RI will include the installation of additional groundwater monitoring wells, a tidal influence study, groundwater modelling, additional soil gas and sediment sampling, and a complete human health and ecological risk assessment that evaluates all likely future land use scenarios. The field portion of the Phase III RI will include the installation and sampling of 25 monitoring wells. Some wells will extend to more than 150 feet bgs. The Contractor will also collect approximately 10 sediment samples and 25 soil gas samples that will be used to support the risk assessment. The tidal study will be complex and likely include evaluating tidal influences on 10 monitoring wells. Deliverables from the Phase III RI will include an RI work plan, risk assessment work plan, RI report, and Risk assessment Report prepared according to the MED. Table 1 shows the anticipated workload that the IDA-E contracts will support. Table 1: IDA-E Contract Projected Workload Program FY17 FY18 FY19 FY20 FY21 FUDS $17,000 $18,000 $18,000 $20,000 $20,000 Army $15,000 $12,000 $12,000 $12,000 $12,000 Air Force $4,000 $4,000 $4,000 $4,000 $4,000 Other (BLM, Coast Guard) $1,000 $1,000 $1,000 $1,000 $1,000 Total: $37,000 $35,000 $35,000 $37,000 $37,000 Note: In $,000 Nature of Work: The selected Architect-Engineer (A-E) firm(s) would be required to have sufficient staff, flexibility and capability to be available on an as-needed basis and will be required to perform a full range of investigation, planning, and design for cleanup of HTRW, debris and other environmental contaminants within the State of Alaska. The HTRW environmental management task orders to be delivered under this contract will have low to high risk levels of complexity, pace, novelty, and technology. The majority of A-E environmental work for this contract is expected to encompass project scopes ranging from $100,000 to $10M. The A-E will likely be required to simultaneously complete multiple task orders. The work is anticipated to include all phases of HTRW and environmental management, including chemical sampling; resource and regulatory agency coordination and compliance for specific sites and projects; community relations; developing conceptual site models; performing preliminary assessments; site investigations; remedial investigation/feasibility studies; geophysical investigations, debris inventory, and drum characterization; performing human health and ecological exposure/risk assessments; and other tasks related to the investigation and characterization of HTRW and other environmental contaminants (including asbestos, lead-based paint, etc.). The majority of projects will be located in arctic and subarctic locations, including some in geographically remote and undeveloped areas featuring harsh environmental conditions. 3. LOCATION: Various Locations, Primarily Alaska. 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 by submitting a resume specific to each 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 shall be as a program manager or project manager of complex environmental investigation or remediation projects. This person will be responsible for overall management of the HTRW contract, including quality assurance and quality control of all deliverables. The Program Manager must show experience managing environmental investigations that include contaminated soil and groundwater, at a minimum. Having current professional registration (PE, PG, PMP, etc.), experience with remote Alaska projects, and experience with the Formerly Used Defense Site Program (FUDS), Army or Air Force Installation Restoration Program (IRP), and other Federal agencies is preferred. (2.) Project Manager: Three (3) staff with a minimum of six (6) years of professional experience of which four (4) years are specifically related to management of investigation or remediation of contaminated sites. This person will be responsible for management of one or more task orders issued on the HTRW contract. The Project Manager must show experience managing environmental investigations that include contaminated soil and groundwater, at a minimum. Having current professional registration (PE, PG, PMP, etc.), experience with remote Alaska projects, and experience with the Formerly Used Defense Site Program (FUDS), Army or Air Force Installation Restoration Program (IRP), and other Federal agencies is preferred. (3.) Senior Chemist: One (1) chemist with a minimum of six (6) years of professional experience related to providing chemistry support to environmental site investigations. This person must show experience with the Uniform Federal Policy for Quality Assurance Project Plans, the DoD Quality Systems Manual, ADEC analytical requirements, ADEC data quality work sheets, and project/program data quality management. The Senior Chemist must show experience communicating with subcontracted laboratories to ensure samples are run for the required methods and level of quality. Experience related to performing EPA test methods in an analytical laboratory is preferred. Experience with Environmental Resources Program Information Management System (ERPIMS) is preferred. Experience with remote Alaska projects is preferred. (4.) Professional Engineer: Two (2) professionally registered Environmental or Civil Engineers. All engineers must demonstrate a background in at least one of the following phases of work: investigations to characterize nature and extent of contamination in soil and groundwater, treatability or feasibility studies, and/or design and implementation of remedial action plans. Experience with multiple phases of work is preferred. Experience with remote Alaska projects is preferred. (5.) Professional Geologist: One (1) professionally registered geologist with recent (within the past five (5) years) 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). The Professional Geologist must demonstrate experience overseeing different drilling methods. Experience with Alaska projects is preferred. (6.) Staff: Four (4) staff with a minimum of four (4) years of professional experience each. Include staff that will assist the PMs on awarded tasked orders. These staff can include scientists (chemists, geologists, environmental scientists, 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 must show recent (< 4 years) experience performing at least one of the following activities: writing work plans, performing field sampling, preparing reports, or managing and analyzing data. Experience with multiple types of activities is preferred. Experience with Alaska projects is preferred. (7.) GIS/CADD: One (1) employee with a minimum of two (2) years' experience providing GIS support to environmental projects. The employee must show experience managing 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 preparing MED compliant deliverables is preferred. (8.) Risk Assessor(s): One (1) or two (2) risk assessors with a minimum of six (6) years each of experience writing risk assessment work plans, managing and analyzing data for risk assessments, and preparing baseline human health or ecological risk assessment documents in accordance with ADEC or EPA guidance. The key personnel requirements may be met by either one person with experience in both human health and ecological risk assessment, or two (2) persons with experience in either human health or ecological risk assessment. Demonstrated experience with CERCLA regulated sites is required. Experience preparing risk assessments for ADEC regulated sites is preferred. Experience with Alaska projects is preferred. (9.) Archeologist: One (1) archeologist with a minimum of a graduate degree in archaeology, anthropology, or closely related field, plus at least one (1) year of full-time professional experience, at least four (4) months of supervised field and analytic experience in general North American archaeology, and demonstrated ability to carry research to completion. Field experience with Alaska projects is preferred. (10.) Certified Industrial Hygienist: One (1) American Board of Industrial Hygiene certified industrial hygienist who has experience with characterization of environmental sites is preferred. Experience with Alaska projects is preferred. (11.) Senior UXO Supervisor (SUXOS): One (1) senior unexploded ordnance supervisor (SUXOS) meeting the qualification as described in Technical Paper 18 - DDESB Minimum Qualifications for Personnel Conducting Munitions and Explosives of Concern-Related Activities, July 2015. 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. The first resume(s) presented in the proposal will be considered for each subject position. Additional resumes beyond the number requested above for Criteria (A) will not be reviewed. Resumes for positions not listed above will not be considered. 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): NOTE: Submit projects which have been performed no longer than ten (10) years preceding the issue date of the synopsis; there is no minimum percentage of completion required for the submitted projects. (1.) Preparing planning documents and establishing data quality objectives for contaminated site investigations, including work plans and UFP-QAPPs in accordance with state and federal guidance. (2.) Executing complex environmental investigations with a variety of contaminants, multiple media (soil/groundwater/ sediment/surface water/air) and numerous point sources. Experience with remote locations that are not on the road system is preferred. (3.) Preparing remedial investigation and feasibility study reports, human health or ecological risk assessments, proposed plans, decision documents/records of decision, Five Year Reviews, community relations plans and other technical documentation necessary for sites regulated by CERCLA, RCRA, and/or ADEC. NOTE: The intent of Section B is to present relevant project experience. Limit each project to a single site or task order. Where experience gained over an entire contract is presented as project experience, the experience will not be considered. (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 project schedules utilizing software programs such as Microsoft Project is required. (D) AE firms shall show past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with schedules as listed in Criteria C. NOTE: Criteria (E)-(G) 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) Small Business Participation: Extent of participation of small businesses to include service-disabled veteran-owned small business concerns, HUBZone small business concerns, small disadvantaged business concerns, and women-owned small business concerns in performance of the contract, measured as a percentage of the total estimated value of the acquisition. (F) AE firms shall show geographic proximity to the area of required performance. (G) 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 (2) 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 (REMOVED "separate") value for professional fee (REMOVED "and construction") for each project identified; and c) Part I, block H (30): summarize your team's capabilities and professional qualifications. (REMOVED "Include an organization chart of the key personnel to be assigned to the project" FROM SECTION H AS THE ORGANIZATIONAL CHART IS ALREADY REQUIRED UNDER BLOCK D OF THE SF 330). Section H shall include no more than 20 (REVISED FROM "10") pages. The latest available edition 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. Part I-H of the SF 330, describe the firm's overall (REMOVED "Design") Quality Management Plan. A detailed contract-specific (REMOVED "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. 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 (Kinnett, Rm 30) PO Box 6898 JBER, Alaska 99506-0898 Physical Address: U.S. Army Corps of Engineers, Alaska District ATTN: CEPOA-CT (Kinnett) 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 synopsis or subsequent 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 on the basement level of the building (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-17-R-0014, DO NOT OPEN" Technical inquiries and questions relating to proposal procedures are to be submitted via Bidder Inquiry in ProjNet at www.projnet.org. 1. To submit and review bid inquiry items, bidders will need to be a current registered user or self-register into the system. To self-register, go to the aforementioned web page and click on the BID tab. Select Bidder Inquiry, select agency USACE, and enter the Bidder Inquiry Key for this solicitation listed below, your email address, and then click login. Fill in all required information and click create user. Verify that information on next screen is correct and click continue. 2. From this page, you may view all bidder inquiries or add inquiry. 3. Bidders will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team. 4. The Solicitation Number is: W911KB-17-R-0014 The Bidder Inquiry Key is: 3F3ENP-XMFFP7 b. The Bidder Inquiry System will be unavailable for new inquiries five (5) days prior to proposal submission in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation if necessary. c. Offerors are requested to review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. d. The call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 800-428-HELP. All questions should be submitted utilizing the USACE Bidder Inquiry System, ProjNet. Questions sent via e-mail will not be answered. All potential offerors are advised to check daily the Federal Business Opportunities website, https://www.fbo.gov/, for any additional modifications pertaining to this presolicitation notice. These contracts are being procured in accordance with the Brooks A-E Act, as implemented in FAR Subpart 36.6. Projects to be assigned are not yet determined and funds are not presently available. THIS IS NOT A REQUEST FOR PROPOSALS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-17-R-0014/listing.html)
 
Place of Performance
Address: Primarily Various Locations, Alaska, Alaska, United States
 
Record
SN04360139-W 20161229/161227233046-205328fd51efcce37a2bd584656cfb82 (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.