Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2017 FBO #5600
MODIFICATION

C -- Architect Engineering Environmental Services Contract - Amendment 0001

Notice Date
3/22/2017
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Europe, Konrad-Adenauer Ring 39, Wiesbaden, 65187, Germany
 
ZIP Code
00000
 
Solicitation Number
W912GB-17-R-0033
 
Archive Date
9/30/2017
 
Point of Contact
Bjorn T. Hale, Phone: 49061197442301, Delos C Halterman,
 
E-Mail Address
bjorn.t.hale2@usace.army.mil, Delos.C.Halterman@usace.army.mil
(bjorn.t.hale2@usace.army.mil, Delos.C.Halterman@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Scope of Work (Amendment 0001) Announcement for W912GB-17-R-0033 INDEFINITE DELIVERY CONTRACT (IDC) FOR ARCHITECT ENGINEERING ENVIRONMENTAL SERVICES CONTRACT - USAG BAVARIA 1. AGENCY: United States Army Corps of Engineers (USACE) Europe District (NAU). 2. NAICS: NAICS Code 541330 - Engineering Services 3. CONTRACT SPECIALIST: Bjorn Hale - bjorn.t.hale@usace.army.mil 4. PLACES OF PERFORMANCE: Germany - USAG Bavaria 5. CONTRACT INFORMATION: The USACE NAU hereby solicits for two (2) general A-E Environmental Service Indefinite Delivery Contracts to be procured in accordance with Public Law (PL) 92-582 (the Brooks Act) and Federal Acquisition Regulation Part 36. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. Total Value of Contracts: The cumulative total of all Task Orders for the base and all option periods shall not exceed $9,500,000.00. All Task Orders will be negotiated and awarded as Firm Fixed Price (FFP). The minimum task order amount will be $2,500.00. No one Task Order shall exceed $2,500,000.00. Performance Period: The contracts will include a base period of three (3) years and two (2) one year option periods, for a total contract performance period of five (5) years. Anticipated Award: The anticipated award is August 2017. Small and Small Disadvantaged Business requirements are waived for this project due to its location in Europe. The Government reserves the right to award an additional contract from the solicitation within one year from the first contract's award date. 6. PROJECT INFORMATION: The main purpose of this procurement is to provide environmental engineering services to the U.S. Army Corps of Engineers for the execution of various U.S. military and environmental programs. Services will be called to support the development of the military installations e.g. by providing various environmental data needed for the design, planning and permitting process of construction projects. This general Scope of Work (SOW) provides a basic description for the efforts under this contract which primarily will be used for accomplishing the environmental engineering services listed below: o Environmental-related studies, such as  Geological and hydrogeological studies,  Corrective action plans and projects for soil and groundwater contamination  Groundwater Monitoring for corrective action plans for contaminated site cleanup projects  Threatened and Endangered Species surveys in support of construction projects (planning, permitting) o Design of Environmental projects, such as sanitation landfills, and contaminated site clean up o Design for Sanitary landfill rehabilitation projects and construction supervision o Erosion control designs and studies o Natural and Cultural Resource Studies in support of construction projects (planning, permitting) o Demolition design, including destructive testing and analysis o Construction Supervision and evaluation of excavation methods and related contaminated soil disposal management o Asbestos surveys and abatement design (sampling and analysis for lung penetrating fibers in building insulation materials, including removal design) o Geographic Information Systems (GIS): Development and update of data layers in support of construction projects and installation planning o Site investigations and surveys related to real property 7. SELECTION CRITERIA: The selection criteria listed below are in descending order of importance. The above mentioned Place of Performance and Project Information will be considered in evaluation of all criteria. a) Specialized Experience and Technical Competence: Submittals must demonstrate the specialized experience and technical competence of the prime firm, joint venture partners, consultants, key subcontractors and/or free-lance associates. The Offeror shall submit a maximum of six projects total, all six projects must be completed within the last six years, from the date of this solicitation and must be in the types of projects specifically indicated above in paragraph 6, PROJECT INFORMATION. Projects must be at least 90% complete. Greater emphasis will be given to projects executed in Germany. If more than six projects are submitted, only the first six projects listed in the proposal will be evaluated. Firms must demonstrate experience in professional services of an architectural or engineering nature, or incidental services, that members of the architectural and engineering professions (and individuals in their employ) may logically or justifiably perform, including studies, investigations, surveying and mapping, tests, evaluations, consultations, comprehensive planning, conceptual designs, plans and specifications, construction phase services, soils engineering, drawing reviews, preparation of operating and maintenance manuals, and other related services requiring licensed or certified professionals. Each project example should include the following information: which prime firm, partner, consultant or key subcontractors executed the project, a description/narrative/ photos of the project, scope, location, contract dollar award amount and final dollar cost, the start date, original contract finish date, the actual finish date, customer POC with current phone number and email information. Projects should also list any key personnel that worked on the submitted projects. Indefinite-Delivery, Indefinite Quantity (IDIQ) Contracts, where numerous Task Orders are listed together, are not acceptable as projects. Rather each Task Order would be considered a project. If the experience of key subcontractors is offered for any experience requirements, then a letter of commitment between the A-E firm or joint venture partnership and the subcontractor is required. The letter of commitment MUST be signed by both parties to be considered and an English version/translation must be provided. Please see the attached example Letter of Commitment. If the Letter of Commitment is not submitted or signed by both parties, the Experience of the subcontractor will not be considered. b) Professional Qualifications: The A-E firm must identify the qualifications of personnel in the following key disciplines: project manager, environmental scientist, hazardous materials expert, industrial hygienist, hydrogeologist, geologist, civil engineer, environmental engineer, biologist, chemist, GIS operator, GIS system manager, aerial photogrammetrist and cost estimator. The evaluation will consider the education, training, certification, overall and relevant experience and longevity with the firm for all key personnel. The firm's staff must be capable of certifying that all work is in compliance with U.S. and German laws and regulations. One or more of the professionals as key personnel in these disciplines shall have some experience in the services described in, paragraph 6, PROJECT INFORMATION, of this announcement. c) Past Performance: Past performance of the A-E, joint venture partners, and key subcontractors on DOD and other contracts with respect to cost control, quality of work and compliance with performance schedules as determined from the Past Performance Information Retrieval System (PPIRS), Past Performance Questionnaires (PPQs) and other sources. Firms may submit CPARS, PPIRS or PPQs for past performance. The PPQ, Attachment Two (2) included in the solicitation is provided for the Offeror or its team members to submit to the client for each project the Offeror includes in its proposal for Factor a, Specialized Experience and Technical Competence. d) Management Plan: The Management Plan must address, at a minimum, the A-E's approach to project management, organization, lines of supervision and communication (including communication with the Government), coordination of disciplines and, if applicable, coordination with partners, joint venture partners, key subcontractor and consultants. The Management Plan must indicate which firm is responsible for each item of work, the interdisciplinary and interoffice communication and supervision process and the procedure to ensure high quality products and services within cost limitations and in strict compliance with performance scheduled. The Management Plan should also address the A-E's approach and ability to execute tasks in USAG Bavaria. The submittal must include Blocks D and H of the SF 330. The Government will evaluate the management plan, coordination of disciplines and subcontractors, quality control procedures, communication plans and prior experience of the prime firm and any significant subcontractors on similar projects. e) Capacity: Capacity to perform approximately $2,500,000 in the required type of work within a one-year period. The Government will evaluate and consider the availability of an adequate number of personnel in key disciplines. Firms must address and demonstrate capacity to execute multiple task orders simultaneously. f) Knowledge of Locality: Offerors should demonstrate experience in Germany. Comprehensive knowledge of host nation regulations and laws is required. 8. REQUESTS FOR INFORMATION: Questions shall be submitted no later than 1600 HRS Central European Summer Time on Thursday, 30 March 2017, to allow the Government adequate response time. Questions submitted after this date will be answered at the discretion of the Contracting Officer. For any questions concerning the solicitation or preparation of your proposal, you may contact the Contract Specialist, Bjorn Hale and the Contracting Officer, Delos C. Halterman, via email at bjorn.t.hale@usace.army.mil and delos.c.halterman@usace.army.mil. All questions must be submitted in writing. No questions will be acknowledged or answered verbally. 9. SUBMISSION REQUIREMENTS: The U.S. Army Aviation and Missile Research Development and Engineering Center Safe Access File Exchange: Proposals shall be submitted utilizing the AMRDEC SAFE Application, https://safe.amrdec.army.mil/safe. The AMRDEC SAFE Application is used to send large files to individuals that would normally be too large to send via email. There are no user accounts for SAFE. Authentication is handled via email. Anyone has access to SAFE, and the application is available for use by anyone. a) The AMRDEC SAFE application can be accessed via https://safe.amrdec.army.mil/safe. b) There are two options to proceed from the SAFE homepage: • Proceed as Guest - Select this option if you do not have a CAC. c) After selecting one of the options above, the page will be redirected to the package upload form. Fill in all the required input fields: • Your Name - Your name; • Your Email address - Your email address; • Confirm Your Email Address - Re-enter your email address; • Description of File(s) - Enter W912GB17R0033-COMPANY NAME; • File(s) - Click the "Browse" button to select your file(s). You may add up to 25 files per package, so long as the total file size does not exceed 2GB; • File names shall be titled: 1. W912GB17R0033 - Company Name - SF330 Part I 2. W912GB17R0033 - Company Name - SF330 Part II • Deletion Date - Select the Maximum date for the package to be deleted from SAFE. The maximum (which is also the default) is two weeks (14 days) from today; • Provide an email address to give access to - Enter---- bjorn.t.hale@usace.army.mil and delos.c.halterman@usace.army.mil • Grant access to these people - This is the list of people you have granted access to the package. To remove a recipient, highlight their name and click the "Remove" button; • Caveats - Default is "None"; • Encrypt email message when possible - Attempt to encrypt the package's notification email to each recipient; • Notify me when files are downloaded - You (the sender) will receive a notification via email when a recipient downloads the package; • Require CAC for pickup - Require the recipient to be logged in with a valid US DoD-issued CAC to download the file(s). Recipients without a CAC will not be able to download the package. d) Clicking the "Submit" button will upload the files and submit the package. Guest users will need to check their email to verify their email address before the recipients will be notified. No additional action is required by CAC users. e) After the package has been uploaded (and verified, if proceeding as a guest), each recipient will receive a link to the package download page as well as a password. These passwords are unique for each recipient (not the package), and will be disabled once SAFE detects that the user successfully downloaded each file within the package. Forwarding recipient and sender notification emails to anyone except the AMRDEC WEB Team is strictly forbidden. Proposal submission shall be submitted via AMRDEC by 1000 HRS Central European Summer Time on 17 April 2017. No facsimiles or regular e-mail submissions of proposals, are permitted: Proposal Receipt Confirmation Points of Contact: E-mail: bjorn.t.hale@usace.army.mil Telephone: +49(0)611-9744-2301 E-mail: delos.c.halterman@usace.army.mil Telephone: +49(0)611-9744-2218 The SF 330 Part I shall not exceed 75 pages (8.5-in x 11-in or A4), including no more than 20 pages for Section H. The Government will stop evaluating proposals on page 75 for the SF 330 Part I and page 20 for Section H. Each side of a sheet of paper is a page. Use font type no smaller than size 11. Firms responding to this announcement after the closing date and time will NOT be considered. Required forms may be obtained on the Internet at: http://www.gsa.gov/portal/forms/type/TOP The Government will not make assumptions concerning intent, capabilities, or experiences. Clear identification of proposal details shall be the sole responsibility of the Offeror. The proposal shall meet the following basic requirements. a) The proposal shall be typed and submitted in English and easy to read. b) Proposal shall be organized and concise. Each factor shall be described in a separate section. c) The proposal shall identify the solicitation number, name, address, and telephone number of the prime Offeror on the cover. d) Each volume shall contain a Table of Contents and include at the bottom left side of each page the volume and page number. e) Offerors shall verify that the information for all forms submitted is current, correct and complete including names of the points-of-contact, email address, and telephone number. f) Proposals shall completely and adequately address the requirements of this solicitation. Offerors are reminded that elaborate corporate marketing information, formatting, special reproduction techniques, etc., are not necessary. g) Contractors are cautioned against submitting conditional proposals. h) Failing to submit attachments or failing to complete the proposal properly, may result in rejection of the offer without further evaluation. Therefore, Offerors are urged to follow instructions and speak with the Contracting Officer if instructions are not understood. Proposal Expenses and Pre-Contract Costs: The Request for Proposal (RFP) solicitation does not commit the Government to pay any costs incurred in the preparation and submission of a proposal or for any other costs incurred by any firm submitting a proposal in response to this solicitation. Joint Ventures: An Offeror that is part of a Joint Venture must submit a legally binding joint venture agreement. The Government will not evaluate the capability of any Offerors that are not included in the Joint Venture agreement. Joint Ventures must include a copy of the legal joint venture agreement signed by an authorized officer from each of the firms comprising the Joint Venture with the chief executive of each entity identified and must be translated into English, if the original agreement is in a language other than English. If submitting a proposal as a Joint Venture, the experience and past performance of each of the Joint Venture Partners can be submitted for the Joint Venture Entity. The experience for each Joint Venture Partner will be considered the experience of the Joint Venture entity. Joint ventures shall submit the following additional documentation regarding their business entities: a) A copy of their Joint Venture agreement in English. b) A detailed statement outlining the following in terms of percentages, where appropriate. 1. The relationship of the joint venture parties in terms of business ownership, capital contribution, and profit distribution or loss sharing. 2. The management approach of the joint venture in terms of who will conduct, direct, supervise and control the project and have custody and control of the assets of the joint venture and perform the duties necessary to complete the work. 3. The structure of the joint venture and decision-ranking responsibilities of the joint venture parties in terms of who will control the manner and method of performance of the work. 4. The bonding responsibilities of the joint venture parties. 5. Identification of the key personnel having authority to legally bind the joint venture to subcontracts and state who will provide or contract for the labor and materials for the joint venture. 6. Identification of party maintaining the joint venture bank accounts for the payment of all expenses and the deposits of all receipts, keep the books and records, and pay applicable taxes for the joint venture. 7. Identification of party furnishing the facilities, such as office supplies and telephone service. 8. Identification of party having overall control of the joint venture. Other sections of the proposal shall identify, where appropriate, whether key personnel are employees of the individual joint venture parties and identify the party, or hired as employees of the joint venture. If one of the joint venture parties possesses relevant experience and/or past performance, the experience and/or past performance of that firm will be considered as the experience and/or past performance of the joint venture. A complete and legally binding document with all the information required under this section titled "Joint Ventures" shall be included. *** The Joint Venture Agreement must be signed and submitted. A signed English translation must also be provided*** Key Subcontractors: If an Offeror wishes to be credited with the experience of a key subcontract or supplier (i.e., a firm that is not the prime contractor part of the Joint Venture) a letter of commitment signed by the Key Subcontractor and the prime contractor shall be submitted. The commitment letter shall be submitted even if the firm is in some way related to a Joint Venture Partner (for example, the Key Subcontractor is subsidiary of a Joint Venture Partner, or a subsidiary of a firm to which the Joint Venture partner is also a subsidiary). Letters of commitment must unequivocally state that a key subcontractor or firm will perform for the purpose that its experience is being submitted. If a letter of commitment is not submitted, the experience associated with that Key Sub, will not be considered. Forms must be complete and current. Each firm identified as part of this contract including free-lance associates must complete a separate Part II of the SF 330. Firms may be rejected for incomplete or missing SF 330s. Part II must show only the office or offices that are intended to have a key role in the contract. Blocks E and G of Part I must include only individuals proposed to perform the anticipated work, including all subcontractors or consultants, in the appropriate columns, and should not include persons that will not actually do the work. Block E must clearly show if individuals are full-time, consultants or free-lance. Do not include promotional brochures, advertisements or other extraneous material in a submission such as prices, as this is not a request for proposal. Include the firm's point-of-contact, email address, telephone number and facsimile number in the submittal. 10. DUE DATE AND TIME: Proposals are due by 1000 HRS Central European Summer Time on Monday, 17 April 2017. 11. POINTS OF CONTACT for additional information: a. Bjorn Hale, Contract Specialist E-mail: bjorn.t.hale@usace.army.mil Phone: +49-611-9744-2301 (outside Germany); (0)611-9744-2301 (within Germany) Fax: +49-611-9744-2618 (outside Germany); (0)611-9744-2618 (within Germany) b. Delos C. Halterman, Contracting Officer E-mail: delos.c.halterman@usace.army.mil Phone: +49-611-9744-2218 (outside Germany); (0)611-9744-2218 (within Germany) Fax: +49-611-9744-2618 (outside Germany); (0)611-9744-2618 (within Germany) 12. ATTACHMENTS a. Attachment 1: Letter of Commitment sample/template b. Attachment 2: Past Performance Questionnaire (PPQ) c. Attachment 3: Scope of Work
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB-17-R-0033/listing.html)
 
Record
SN04444687-W 20170324/170322235526-33d02e9c0df13b2e94d710d47de594e1 (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.