Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2004 FBO #0929
SOLICITATION NOTICE

C -- Remediation Planning, Engineering Design and Oversight, NEPA Compliance, & Other Enviormental Architect & Engineering Services

Notice Date
6/10/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
55 Broadway; Cambridge, MA 02142
 
ZIP Code
02142
 
Solicitation Number
DTRS57-04-R-20035
 
Response Due
7/15/2004
 
Archive Date
10/15/2004
 
Point of Contact
Point of Contact - Edward R. Wirtanen, Contracting Officer, (617) 494-2619
 
E-Mail Address
Email your questions to Contracting Officer
(wirtanen@volpe.dot.gov)
 
Description
NA The John A. Volpe National Transportation Systems Center (Volpe Center) announces a Request for Qualifications for Architect and Engineering (A&E) firms interested in contracting for Volpe Center environmental projects outside of New York and New England. Volpe Center environmental projects are typically sponsored by the Federal Aviation Administration (FAA), National Park Service (NPS), Environmental Protection Agency (EPA), and other Federal and State agencies. The Volpe Center is currently supporting two major environmental projects that will be supported by this contract. These two projects are the FAA and the National Park Service?s (NPS), Air Tour Management Plan (ATMP) Program, and the EPA?s Libby, Montana Asbestos Project. A&E firms interested in providing A&E support services to the Volpe Center for these programs and other environmental projects are to submit six (6) copies of completed form SF330 to the contracting office at the address shown in this announcement. The completed SF 330 shall not exceed 45 printed pages total. Double-sided pages shall be counted as two pages. Any additional items, either not requested, or in excess of the 45-page limit, will not be included in the evaluation process. 1. CONTRACT INFORMATION: Any resulting contract will be an Indefinite Delivery/Indefinite Quantity (ID/IQ) Contract. Cost Plus-Fixed-Fee and Firm Fixed-Price type task orders may be issued for a period of five (5) years and the cumulative total of all task orders shall not exceed $45,000,000. The firms selected will be guaranteed a minimum of $2,500. W hile two awards for this procurement are anticipated, the Government reserves the right to award more or less or no contracts if in the best interest of the Government. The NAICS Code is 541330 and the small business size standard is 541330. Large business businesses are encouraged to include a high percentage of small business firms in their team composition. If a large business firm is selected for a contract, it must comply with FAR Clause 52.219-9 regarding the requirement for subcontracting plan. The plan is not required as part of this submittal. 2. EXISTING PROJECT INFORMATION: The National Parks Air Tour Management Act of 2000 requires the Federal Aviation Administration, in conjunction with the National Park Service, develop an ATMP to regulate commercial air tour operati ons for each unit of the National Park System or abutting tribal land where operations occur or are proposed. An Environmental Assessment or Environmental Impact Statement will be completed for each ATMP pursuant to the requirements of the National Environmental Policy Act (NEPA). A firm must have the capability to work at twelve or more parks simultaneously, in remote locations, across a vast geographic area, and to provide a wide variety of architect and engineering skills for program management, environmental analysis, and NEPA compliance. The Libby Asbestos Project requires architect and engineering support for the development of health and safety plans, conduct of sampling, air monitoring, analysis, engineering design, community involvement activities, and construction oversight. A firm must have the capability to support simultaneous activities at multiple Libby removal sites frequently having short turnaround times and also have significant multi-disciplinary on-site and off-site professional resources assigned to the project. The majority of the work will be performed throughout the contiguous United States; however, travel to Alaska and Hawaii may be required. The contractor(s) shall provide the necessary personnel, facilities, materials, equipment, and services as described by individual task orders in areas described above, as well as other related environmental services. 3. SELECTION CRITERIA: The selection process shall be in accordance with Federal Acquisition Regulation Part 36 and Transportation Acquisition Regulation Part 36. The following sele ction criteria, listed in order of importance, will be used in the evaluation of the A&E firms: (1) Professional qualifications of the proposed team necessary for satisfactory performance of required services. At a minimum, key personnel are defined as Program Manager, Finance and Administration Manager, Project Manager(s), and Task Order Managers to be assigned to this contract. (2) Specialized experience and technical competence in the type of work required. (3) Capacity to accomplish the work required in a timely fashion. Firms will be expected to have personnel on-site within one week of task order award. Demonstrate the ability to complete several multidisciplinary contract task orders concurrently (i.e., the impact of this potential workload on the Firm?s permanent staff, antici pated workload during the contract period, and the Firm?s history of successfully completing work in compliance with performance schedules). Indicate the Firm?s present and projected workload, and the availability of the proposed team members (including subcontractors) for the specified contract period. Demonstrate how the prime contractor will manage and coordinate the work of its staff and its subcontractors to produce integrated, cost effective solutions to task order assignments. (4) Past performance of the proposed team on similar projects during the last five (5) years in terms of quality of work, cost control, and timeliness of performance. (5) Location in the general geographic area of the contract work and knowledge of the locality of the contract. 4. SUBMISSION REQUIREME NTS: Firms that meet the requirements described in this announcement are invited to submit a Standard Form 330, Architect-Engineer Qualifications Parts I and II no later than 2:00 PM EDT on July 15, 2004 to the attention of Edward Wirtanen, DTS-852, 55 Broadway, Kendall Square, Cambridge, MA 02142. Only firms responding by the date and time stated above will be considered for selection. Electronic responses will not be accepted. Late responses will be handled in accordance with FAR 52.214=7, Late Submissions, Modifications, and Withdrawals of Bid. No materials will be returned. Do not fax or e-mail any material. This is not a request for proposal. Point of Contact ? Edward R Wirtanen, Contracting Officer, (617) 494-2619, FAX (617) 494-3024 Email wirtanen@volpe.dot.gov
 
Web Link
Volpe Center Acquisition Division home page
(http://www.volpe.dot.gov/procure/index.html)
 
Record
SN00601790-W 20040612/040610211916 (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.