Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2004 FBO #0947
SOLICITATION NOTICE

C -- Remediation Planning, Engineering Design and Oversight, NEPA Compliance, and Other Environmental Architect and Engineering Services in New England and New York

Notice Date
6/28/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
55 Broadway; Cambridge, MA 02142
 
ZIP Code
02142
 
Solicitation Number
DTRS57-04-R-20049
 
Response Due
8/4/2004
 
Archive Date
11/4/2004
 
Point of Contact
Point of Contact - Edward R. Wirtanen, Contacting 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 in New York and New England. This request is a 100% 8(a) Set-Aside. Volpe Center environmental projects in this region are typically sponsored by the Federal Aviation Administration (FAA), Environmental Protection Agency (EPA), and other Federal and State agencies. The Volpe Center is currently supporting the FAA?s Environmental Cleanup (ECU) Program and the EPA?s Brownfields Economic Redevelopment Initiative. A&E firms interested in providing A&E support services to the Volpe Center in New York and New England are to submit six (6) copies of completed form SF330 to the c ontracting office at the address shown in this announcement. PART I ?CONTRACT-SPECIFIC QUALIFICATIONS of the SF 330 shall not exceed 45 printed pages total. There is no specified page limit on PART II ? GENERAL QUALIFICATIONS. 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 $10,000,000. The firms selected will be guaranteed a minimum of $2,500. While 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. Only firms certified in the Small Business Administration 8 (a) program are eligible for awards. Firms will be required to comply with FAR 52.219-14, Limitations on Subcontracting, which requires that at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern. The NAICS Code is 541330. 2. EXISTING PROJECT INFORMATION: The FAA?s ECU Program was developed to identify, investigate, and cleanup contaminated sites where FAA maintains liability due to past site operations or waste disposal activities. A&E support includes conducting Preliminary Assessment/Site Investigations (PA/SI) at several sites throughout the New England Region. The Volpe Center is also providing support to the EPA in implementing its Brownfields Economic Redevelopment Initiative. Support to this effort includes conducting Phase II environmental site assessments (ESAs) throughout Region 1. A&E support under this contract will also include remediation planning, design and oversight, NEPA compliance, and related environmental support services. Typical projects involve asbestos, lead based paint, hazardous waste, environmental cleanup, health and safety, sampling and analysis, air monitoring, community involvement activities, environmental impact, risk assessment, and noise, as well as environmental engineering, design and oversight. The work under this contract will be performed in the northeast region of the United States. 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 1236. The following selection 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 assig ned 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, anticipated 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 relevant workload, and the availability of the proposed team members (including subcontractors) for the specified contract period. Demonstrate how the prime contractor will mana ge 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 REQUIREMENTS: 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 August 4, 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 a bove 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.
 
Web Link
Volpe Center Acquisition Division home page
(http://www.volpe.dot.gov/procure/index.html)
 
Record
SN00611150-W 20040630/040628211836 (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.