Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2003 FBO #0636
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY ARCHITECT-ENGINEER SERVICES CONTRACT FOR HTRW, PRIMARILY VARIOUS LOCATIONS, ALASKA

Notice Date
8/25/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corp of Engineers, Alaska - Military, CEPOA-CT, P. O. Box 6898, Elmendorf AFB, AK 99506-6898
 
ZIP Code
99506-6898
 
Solicitation Number
DACA85-03-R-0038
 
Response Due
9/24/2003
 
Archive Date
11/23/2003
 
Point of Contact
R. David Williams, 907-753-5571
 
E-Mail Address
Email your questions to US Army Corp of Engineers, Alaska - Military
(r.david.williams@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA 1. CONTRACT INFORMATION: Indefinite Delivery contract(s) being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work. North American Classification System code is 541330, which has a size standard of $4,000,000 in average annual receipts. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must co mply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. The FY03 subcontracting goals for this contract are a minimum of 57.2% of the contractor??????s intended subcontract amount be placed with small businesses, 8.9% of that to small disadvantaged businesses, 8.1% to women-owned small businesses, 3.0% to service disabled veteran-owned small businesses, 3.0% to veteran owned small businesses, and 3.0% to HUBZone small businesses. The subcontracting plan is not required with this submittal. All responders are advised that this project may be canceled or revised at any time during the solicitation, selection, evaluation, negotiation, and final award. More than one contract is anticipat ed, 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 $9,000,000 ove r three years. There is no specific task order limit except the limit of the contract(s). The first contract award is anticipated for February 2004. The allocation of requirements between existing contracts and any new contract(s) will be based on the a ssessment of best value for the Government, and may include a unilateral assessment by the Government of any or all of the following unranked issues: 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. Timeliness and historical work performance, e. Required delivery schedules; f. Experience and/or ongoing work (locality and/or type); g. Cost sharing between the task orders, h. Understanding of local factors and geography; i. Remaining contract capacity; j. Potential for on-going work from the task order; k. Cost to attend meetings, mobilize/demobilize, etc.; l. Potential variability of work; m. Ease of negotiation completion; and n. Available personnel. All responders are advised that this contract may be canceled or revised at any time during the solicitation, selection, evaluation, negotiation and final award. In addition, no projects are yet authorized and no funds are presently available (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 DoD Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov o r by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. 2. PROJECT INFORMATION: The selected A-E firms would be required to have sufficient staff, flexibility, and capability to be available on an as-needed basis. The Corps?????? HTRW program covers planning and design for cleanup of unsafe, hazardous, toxic, and radiological wastes, and debris at various locations in Alaska. Selected A-E firms 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 compliance as appropriate for specific sites or projects; detailed record and title searches; community rela tions; developing conceptual site and source models; developing scopes of work (SOW) supervising and performing assessments; site investigation; remedial invest igation/feasibility studies; debris inventory; establishment of Data Quality Objectives (DQOs); developing and implementing sampling analysis, chemical QA/OC, and health and safety plans; assessment of chemical data quality and development of chemical qual ity assurance reports, reviewing and interpreting chemical sampling analysis, and developing alternative remedial measure; performing hazard assessments and human health and ecological exposure/risk assessment; selecting the most appropriate, cost effectiv e remedial action; scoring the site using the EPA Hazard Ranking System (HRS); preparing air emissions studies and compliance with CAA, remedial action contract plans, specifications design analysis, and cost estimates; perform chemical data validation tha t complies with current USEPA Level IV functional guideline requirements ; perform underground storage tank assessment work (requires Quality Assurance Program Plan (QAPP) approved by the Alaska Department of Environmental Conservation); and technical supp ort during the construction phase. The firm must demonstrate the ability to; provide drawings in AutoCAD version R-14; use the latest version of MCACES (cost estimating software furnished by the Government); Firms should have access to laboratories partic ipating in the EPA Contract Laboratory Program (CLP) or the equivalent capabilities required for the CLP. The lab facilities will require Corps of Engineers?????? validation for all required testing. The validation requires a comprehensive laboratory Qua lity Control (QC) manual, successful analyses of performance audit (PA) samples, laboratory facility inspection, and personnel interviews. 3. LOCATION: Primarily Various Locations, Alaska, but may be utilized outside Alaska on an exception basis. The A E contractor shall employ, for the purpose of performing contract work in the State of Alaska, individuals who are residents of the State, and who, in the case of any craft or trade, possess or would be able to acquire promptly the necessary skills to perf orm the contract (This means that work physically completed in the state of Alaska [i.e., geotechnical, survey, etc.] must use Alaska residents. Please contact the Administrative POC above if you require further explanation.). 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 requir ements for professional qualifications: (1) Two (2) senior level staff each with a minimum of 10 years experience of which 5 years are specifically related to environmental and HTRW activities; One (1) senior chemist with a minimum of 5 years experience wi th CERCLA and RCRA test methods; One (1) biologist experienced with the National Environmental Policy Act and the ecological assessment of hazardous waste sites under CERCLA; Three (3) professionally registered engineers (at least one (1) Civil Engineer) w ith a demonstrated background in environmental engineering, site investigations and remediation. One (1) American Board of Industrial Hygiene certified industrial hygienist; One (1) registered geologist/groundwater hydrologist; One (1) geo-technical engin eer; One (1) toxicologist; One (1) environmental consultant skilled in public involvement and community relations, with emphasis on rural Alaska communities; and One (1) field chemist (The field chemist must have a minimum of 3 years chemical and environme ntal sampling experience, with preference given to arctic and sub-arctic sampling experience). (2) AE Firm(s) should be multi-disciplined in the environmental field but may subcontract certain specialized work such as: underground storage tank assessment work; preparation of risk assessment and treatability studies; and chemical data validation to comply with USEPA Level IV. Responding firms MUST address each discipline, clearly indicate which shall be subcontracted, and provide a separate SF254 and SF255 for each sub-contractor; (B) Specialized experience and technical competence in Corps HTRW-type of work; (C) Capacity to maintain schedules and accomplish required work in the required time; (D) Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with schedules; NOTE: Criteria (E)-(G) are secondary and will only be used as ??????tie-breakers?????? among technically equal firms: (E) Location of the essential staff in the general geographical area of the projects and knowledge of locality of the projects, provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the proje cts; (F) volume of DOD contract awards in the last 12 months; and (G) extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated eff ort. 5. SUBMISSION REQUIREMENTS: Firms submitting their qualifications should provide ONLY 1 copy and must include a POC and phone number in block 8c of the SF 255.. The 11/92 edition of the forms MUST be used, and may be obtained from the Government Pri nting Office, on-line or, from commercial software suppliers for use with personal computers and laser printers, or on-line in both Adobe Acrobat PDF and FormFlow formats: http://www.gsa.gov/Portal/formslibrary.jsp?type=view&category=Standard+Forms&expand view In SF 255, Block 10, 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 a s a condition of contract award, but is not required with this submission. In Block 10, also indicate the estimated percentage involvement of each firm on the proposed team. Include an organization chart of the key personnel to be assigned to the project . Submittals must be received at the address indicated above not later than COB (4:00 pm Alaska time) on the above response date. Any submittals received after this date will not be considered. Note regarding hand carried submittals, express mail or mail d elivered commercially: If a firm does not have a current pass to gain entry to the base, the firm must request a day pass to deliver the submittal by using the following procedures: Two (2) days prior to delivery, the firm must provide the solicitation num ber, name of person or persons delivering the proposal, and name of employer. This will be a day pass only. All passes are issued at the Boniface Gate, Elmendorf AFB only. Each driver must provide a valid drivers license, proof of current insurance, cur rent IM certificate, and current valid vehicle registration. This information must be faxed to 907/753-2544 or forwarded electronically to the POC identified herein. Requests forwarded after this date will not be considered. No additional information sh all be provided, and no faxed submittals shall be accepted. This is not a request for proposal.
 
Place of Performance
Address: US Army Corp of Engineers, Alaska - Military CEPOA-CT, P. O. Box 6898, Elmendorf AFB AK
Zip Code: 99506-6898
Country: US
 
Record
SN00411622-W 20030827/030825213817 (fbodaily.com)
 
Source
FedBizOpps.gov 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.