Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2005 FBO #1235
SOLICITATION NOTICE

C -- Multi-discipline Architect-Engineer (A-E) design services for Washington, Oregon, Idaho, Montana and Various Miscellaneous Locations Outside of the Northwest

Notice Date
4/12/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-05-R-0019
 
Response Due
5/12/2005
 
Archive Date
7/11/2005
 
Point of Contact
BOBBIE WEITZEL, 206-764-6692
 
E-Mail Address
US Army Engineer District, Seattle
(barbara.a.weitzel@nws02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Point of Contact: Paul Daneker, (206) 764-6865 paul.r.daneker@.nws.usace.army.mil PROJECT INFORMATION: Provide multi-discipline Architect-Engineer (A-E) design services for Washington, Oregon, Idaho, Montana and various miscellaneous locations outside of the Northwest. Services will include, but not limited to, pollution prevention an d waste minimization studies, plans and designs, military facility designs for wastewater and waste handling, fueling system designs, Hazardous Toxic and Radioactive Waste (HTRW) remedial action and corrective action designs, HTRW (remedial) assessments/in vestigations/feasibility studies (site investigation), pilot tests, HTRW management plans, risk assessments, tank management plans, permit applications and studies; treatment studies; site specific resource field examinations; field sampling, installation of monitoring wells/borings in conjunction with Preliminary Assessments (PA), Site Investigations (SI), Remedial Investigations (RI), Feasibility Studies (FS), Remedial Designs (RD), and Long Term Monitoring (LTM) and correctives action studies under Resou rce Conservation and Recovery Act (RCRA) counterpart activities, i.e., chemical analysis, monitoring, data analysis and interpretation; low level radioactive waste and mixed waste investigation and remediation design, asbestos, lead based paint and radon i nvestigations and abatement designs and other related pollution and HTRW designs, investigations, assessments, studies and surveys, natural and cultural resource investigations and reports (including NEPA documents), mitigation plans and designs, habitat r estoration studies, plans and designs. EVALUATION CRITERIA FOR A-E SELECTION Significant evaluation criteria in descending order of importance are: 1. Specialized experience and technical competence of the firm in types of work required, including; a. Re medial designs and corrective action designs. Primarily designs associated with remedial actions for soil and groundwater contamination, fueling systems, and replacement systems for underground fuel storage tanks system removals; b. Fieldwork, data collec tion and interpretation, evaluation and modeling capability; c. Experience conducting HTRW investigations and preparing remedial designs for various sites; d. Working knowledge of and experience with Resource Conservation and Recovery Act; Comprehensive Environmental Response, Compensation and Liability Act; Super-Fund Amendments and Reauthorization Act; Clean Water Act; Toxic Substance Control Act; and other related federal laws, regulations and programs, and equivalent state and local requirements for t he States of Washington, Idaho, Oregon, Montana, and other areas outside of the Pacific Northwest; programs such as Underground Storage Tank regulations, Washingtons Model Toxics Control Act, etc.; e. Low level radioactive waste and mixed waste investiga tion and remediation design; f. Habitat restoration studies, plans, and designs; and, g. Mitigation plans and designs. 2. Professional qualifications of firms staff and consultants to be assigned to this project, which are necessary for satisfactory perf ormance of required services; 3. Past performance on Department of Defense (DOD) and other contracts with respect to cost control, quality of work, and compliance with performance schedules; 4. Capacity of the firm to accomplish the work in the required ti me, including whether the firm is currently under contract with the Seattle District; 5. Location of the firm in the general geographic area of the project. NOTE: This criterion is considered a secondary factor and will only be evaluated for firms that ma ke the short-list. 6. Extent of participation of Small Business (SB), Small Disadvantaged Business (SDB), historically black Colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of estimated effort. NOTE: This criterion is considered a secondary factor and will only be evaluated for firms that make the short-list. 7. Volume of DOD contract awards to the prime A-E firm in the last 12 months. NOTE: This criterion is considered a secondary factor and will only be evaluated for firms that make the short-list. Construction support services may be included as an option. A-E with be required to use M-CACES for cost estimating on this contract. The software will be furnished by the Corps of Engineers after contract award. Responding firms should indicate ability to access an e lectronic bulletin board and automated review management system (DrChecks) via modem.. CONTRACT INFORMATION: The Government intends to award 3 contracts for this requirement; each contract will include a Base Year and Two Option Periods. Maximum value of all work awarded under each contract will be limited to $1-million per year or $3-million over the life of the contracts; delivery orders of NTE $1,000,000 each to be issued as requirements arise. No additional contract information will be given to A-E f irms. The Standard Industrial Classification System Code (SIC) has been replaced by the North American Industry Classification System Code (NAICS). The NAICS Code for this procurement is 541330, which is matched to SIC Code 8711. Project is open to bo th large and small business. *If you are a large business and your bid or proposal will exceed $1,000,000, you will be required to submit a subcontracting plan. The subcontracting goals for the Seattle District which will be considered in the negotiation of this contract are: (1) at least 55% of a contractors intended subcontract amount be placed with Small Businesses (SB); (2) at least 9% of a contractors intended subcontract amount be placed with Small Disadvantage Businesses (SDB) or Historically Bla ck College or University and Minority institution (3) at least 5% of a contractors intended subcontract amount be placed with Women-owned Small Business (WOSB) and , (4) at least 3% of a contractors intended subcontract amount be placed with Service-Disa bled Veteran-owned SB; and (5) at least 1% of a contractors intended subcontract amount be placed with Hubzones. *For the purposes of this procurement a concern is considered a small business if its average annual gross receipts are $4 million or less. 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 or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. 4. S UBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Qualified firms desiring consideration shall submit one copy of SF 330 (06/2004 edition), for the prime firm and all consultants. Include the firm's ACASS number in SF 330, Part I, Section B, Block 4. For ACASS information , call 503-808-4591. Submittals should be mailed or delivered to the following address not later than 12 May 2005 2:00 P.M. local time: U. S. Army Corps of Engineers, Seattle District, Attention: Paul R. Daneker, 4735 East Marginal Way South, Seattle, Washington 98134-2385. Submittals by facsimile transmission will not be accepted and will be considered non-responsive. No additional project information will be given to A-E firms. This is not a request for pro posal. Visit the Corps of Engineers web site at http://www.nws.usace.army.mil, for additional contracting opportunities, visit the Army Single Face to Industry at http://acquisition.army.mil/. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (12-APR-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/COE/DACA67/W912DW-05-R-0019/listing.html)
 
Place of Performance
Address: US Army Engineer District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
Country: US
 
Record
SN00786608-F 20050414/050412212247 (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.