SOLICITATION NOTICE
C -- INDEFINITE DELIVERY CONTRACT (IDC) FOR ARCHITECT AND ENGINEERING (A-E) SERVICES FOR THE MOBILE DISTRICT, US ARMY CORPS OF ENGINEERS TO PROVIDE ENVIRONMENTAL SUPPORT TO MILITARY, CIVIL AND FEDERAL AGENCIES
- Notice Date
- 3/29/2006
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US Army Engineer District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
- ZIP Code
- 36628-0001
- Solicitation Number
- W91278-06-R-0052
- Response Due
- 5/3/2006
- Archive Date
- 7/2/2006
- Small Business Set-Aside
- N/A
- Description
- POINT OF CONTACT FOR THIS ANNOUNCEMENT IS MR. JOHN D. HIGBY, JR. SUBMIT QUESTIONS TO FAX 251 694-3626. This notice is posted in its entirety and hereby serves as the official solicitation for this project. CONTRACT INFORMATION: Architect-Engineer ( A-E) services are required for an Indefinite Delivery Contract (IDC) to provide environmental support to military, civil, and federal agencies. The A-E will be required to perform services at federal/military projects throughout the world, including the C ontinental United States, its territories, South and Central America and other world nations. This announcement will result with up to five (5) awards being made on an unrestricted basis. The unrestricted basis is open to all interested parties regardless of business size. Only firms considered highly qualified will be awarded a contract. Contracts awarded will not exceed a term of three years. Rates will be negotiated for each 12-month period of the contract. Work under this contract to be subject to sati sfactory negotiation of individual task orders, with the total IDC value not to exceed $3,000,000 over the life of the contract. Selection of A-E firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necess ary for the performance of the required services. All interested A-E firms are reminded that, in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient perfo rmance of the contract with small and small disadvantaged firms. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. Th e target subcontracting goals for this contract are as follows: a minimum of 51.2% of the contractors intended subcontract amount be placed with small businesses, 8.8% be placed with small disadvantaged businesses, 7.3% be placed with women-owned small bus inesses, 3.1% be placed with HUB Zone small business, and 1.5% (stretch 3%) be placed with Service-Disabled Veteran-Owned Small Business. If a large business firm is selected for this contract, it will be required to submit a detailed subcontracting plan d uring contract negotiation. If the selected firm intends to submit a plan with lesser goals, it must submit written rationale in the plan why the above goals cannot be met. A firm fixed price contract will be negotiated. The North American Industry Classif ication System (NAICS) code for this action is 541330. PROJECT INFORMATION: A-E services provided under this contract will include, but are not limited to, any or all of the following tasks: (a) Resource Conservation and Recovery Act (RCRA), Clean Air Act (CAA), Safe Drinking Water Act (SDWA), Clean Water Act (CWA), Toxic Substances Control Act (TSCA), Comprehensive Environmental Response, Compensation and Liability Act (CERCLA), National Environmental Policy Act (NEPA) compliance; pollution prevention; pe rmitting and technical support; environmental management systems and associated information technology tool development and implementation; environmental training; water compliance plans, vulnerability assessments, and compliance assessments; environmental baseline surveys; Army Medical Department (AMEDD) and health services support and assessments; planning studies and evaluations; geographic information system support; (b) Operational Range Assessments for Department of Defense (DoD) installations includi ng Range Environmental Vulnerability Assessment, Military Munitions Response Program, an in-depth knowledge of DoD Safety and Environmental Regulations and Guidance including but not limited to: DoD Directive 4715.11 Environmental and Explosives Safety M anagement on Operational Ranges within the United States, DoD Directive 3200.15 Sustainment of Ranges and Operating Areas, Sections 311-312 of the National De fense Authorization Act of FY02 DERP Management Guidance, September 2001 Other Department of Defense Regulations; and Executive Orders. This includes range and training programs and support, solid waste evaluations and management plans; DoD awards develop ment; sustainability program planning; ozone depleting substance (ODS) evaluations and elimination plans; energy studies; facility evaluations, LEED design support, and building commissioning; (c) Hazardous, toxic and radioactive material/waste site invest igations/assessments; remedial investigations and feasibility studies; treatability studies; pilot studies; remedial designs; risk assessments; sampling and analyses; data validation; electronic data management; geotechnical investigations; monitoring well installation; groundwater modeling; groundwater and surface water quality assessments; air quality monitoring, testing and permitting; air dispersion modeling; asbestos and lead-based paint sampling and report preparation; and real estate site assessments . (d) Drinking water treatment plant, storage and distribution system design, both conventional and membrane systems; domestic and industrial wastewater collection, treatment and disposal system design; water pumping and distribution system modeling and an alysis; wastewater collection system modeling and analysis; low technology, high efficiency, simple water and wastewater system design for developing countries; troubleshooting studies for chemical, physical and biological processes for both water and wast ewater systems. The cost estimating tasks for this project will be required to be prepared utilizing IBM/MS-DOS compatible MCACES SECOND GENERATION estimating software, RACER, or any other similar estimating software that may be adopted for use by the U.S. Army Corps of Engineers during contract period of performance. The majority of the work will be located in the United States; however, work may be located in Central or South America, Puerto Rico, the U.S. Virgin Islands, as well as locations as may be as signed to the Mobile District, Savannah District, or South Atlantic Division. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A thru D are pr imary. Criterion E is secondary and will only be used as tie-breakers among technically equal firms. A. Professional Qualifications: The selected firm must have, either in-house or through consultants, the following disciplines: (1) Project Manager; (2) En vironmental Engineer; (3) Chemist; (4) Geologist; (5) Air Quality Specialist; (6) Biologist; (7) Ecologist; (8) Industrial Hygienist; (9) Chemical Engineer; (10) Civil Engineer; (11) Geotechnical Engineer; (12) Electrical Engineer; (13) Controls Engineer; (14) Mechanical Engineer; (15) Structural Engineer; (16) Architect; and (17) Cost Estimator. Registration is required for all Engineer disciplines. Resumes contained in Standard Form (SF) 330, PART I, Section E, Page 3 shall be completed for each disciplin e. ROLE IN THIS CONTRACT, Block 13 under PART I, Section E must use the same discipline nomenclature as is listed in this announcement. If an individual will serve in more than one discipline then those disciplines shall be clearly indicated in Block 13, P ART I, Section E. The evaluation will consider education, training, registration, overall and relevant experience, and longevity with the firm. B. Specialized Experience and Technical Competence: (1) Demonstrated breadth, knowledge and recent (within 5 yea rs) experience in the execution of complex HTRW, environmental compliance, pollution prevention, conservation and restoration, as well as water and wastewater projects to include strategy development, plans, data gathering, analysis, evaluations, studies, designs and permitting actions. (2) Demonstrated breadth, knowledge and recent (within 5 years) direct experience with Water and Wastewater design and associate d efforts to include: Design of new facilities; retrofitting existing facilities; environmental treatment process optimization; waste products recycle and re-use; water and wastewater systems modeling and analysis. (3) Demonstrated breadth, knowledge and recent (within 5 years) direct experience with environmental management systems, GIS and environmental database management in an enterprise environment; CAA, CWA, RCRA (C, D, and I) to include permitting, document updates, revisions, and regulatory coordi nation. (4) Demonstrated breadth, knowledge and recent (within 5 years) direct experience with Military Munitions Response Program, Operational Range Assessments, munitions constituents associated with operational ranges, military munitions rule, associate d range support activities. (5) Demonstrated breadth, knowledge and recent (within 5 years) direct experience with policies, guidance and regulations of DoD services, Installation Management Agencies (IMA), Major Commands, sub-ordinate commands, ODEP, AEC, and/or other military and Federal agencies. C. Capacity to Accomplish the Work: Firms shall demonstrate the capacity to accomplish at least three (3) $500,000 individual task orders simultaneously. D. Past Performance: Past performance on Army and other D OD contracts with respect to cost control, quality of work, and compliance with performance schedules. Evaluations will be based on established ACASS ratings and other credible documentation included in the SF 330. E. Small Business, Small Disadvantaged Bu siness and Women-Owned Small Business Participation: Extent of participation of small businesses, small disadvantaged businesses, women-owned small businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit one (1) completed paper copy of their SF 330 (Architect-Enginee r Qualifications), to U.S. Army Corps of Engineers, Mobile District, CESAM-EN-DW, ATTN: Mrs. Mary F. Breland, 109 St. Joseph Street, Mobile, AL 36602. SF 330 6/2004 edition must be used, and may be obtained from the Government Printing Office or from the f ollowing web site: http://contacts.gsa.gov/webforms.nsf/22f268ed0a398629852569a4006ed7cc?OpenView&Start=30. All fonts shall be at least 10 or larger. Submittals must be received no later than 3:00 P.M. Central Time on 03 May 2006. Regulation requires that the Selection Board not consider any submittals received after this time and date. Late proposal rules in FAR 15.412 will be followed for submittals received after 3:00 P.M. Central Time on the closing date specified in this announcement. Include DUNS numb er in SF330 PART I, Section B, Block 5. A firm located within the United States may obtain a DUNS number by calling Dun and Bradstreet at 1-866-705-5711 or via the Internet at http://www.dnb.com/us/. If the firm is located outside the United States, the lo cal Dun and Bradstreet office should be contacted. A maximum of fifteen (15) projects including the prime and consultants, will be reviewed in PART I, Section F. Part I of the SF 330 form is limited to 75 pages. Use no more than one page per project. It sh all be noted that a task order executed under an Indefinite Delivery Contract is considered a Project. In Block G-26, along with the name, include the firm with whom the person is associated. A Part II is required for each branch office of the Prime Firm a nd any Subcontractors that will have a key role in the proposed contract. This is not a request for proposal. Solicitation packages are not provided. The A-E Evaluation Board (Selection Board) is tentatively scheduled to commence on 08 May2006. As required by acquisition regulations, interviews for the purpose of discussing prospective contractor qualifications for the contract will be conducted only for those fi rms considered most highly qualified after submittal review by the selection board. Interviews will be conducted by telephone and will most likely occur the week of 08 May 2006. Phone calls to discuss the solicitation are discouraged unless absolutely nece ssary. Personal visits for the purpose of discussing this solicitation are not allowed. To be eligible for contract award, a firm must be registered with the Central Contractor Registration database. For instructions on registering with the CCR, please see the CCR Web site at http://www.acq.osd.mil/ec. URL http://www.sam.usace.army.mil/ EMAIL cesam.plansroom@sam.usace.army.mil
- Place of Performance
- Address: US Army Engineer District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
- Zip Code: 36628-0001
- Country: US
- Zip Code: 36628-0001
- Record
- SN01017259-W 20060331/060329212623 (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 |