Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2007 FBO #2210
SOLICITATION NOTICE

C -- Notice for an Indefinite Delivery Contract (IDC) for Architect and Engineering (A-E) Services for the Mobile District, U.S. Army Corps Of Engineers to Provide Environmental Support to Military, Civil, and Federal Agencies.

Notice Date
12/13/2007
 
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
W91278-08-R-0017
 
Response Due
1/23/2008
 
Archive Date
3/23/2008
 
Point of Contact
Cy C. Simons, 251-441-6510
 
E-Mail Address
Email your questions to US Army Engineer District, Mobile
(cy.c.simons@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Description: POINT OF CONTACT FOR THIS ANNOUNCEMENT IS MR. WILLIAM L. WOODALL. 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: Archi tect -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 Continental United States, its territories, South and Central America and other world nations. Multiple awards may be made from this solicitation. This announcement will result with 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 five (5) years. Rates will be negotiated for each 12-month period of the co ntract. Work under this contract to be subject to satisfactory negotiation of individual task orders, with the total IDC value not to exceed $5,000,000 over the life of the contract. Selection of A-E firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary 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 p racticable extent consistent with the efficient performance 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 fo r that part of the work it intends to subcontract. The subcontracting goals for this contract are as follows: a minimum of 51.2% of the contractor's intended subcontract amount be placed with small businesses (SB), 8.8 % be placed with small disadvantaged businesses (SDB), 7.3 % be placed with women-owned small businesses (WOSB), 3.1 % be placed with HUB Zone small business, and 1.5% 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 during 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 Classification System (NAICS) code for this action is 541330. PROJECT INFORMATION: A-E services provided under this contract will comply with, but are not limited to, any or all of the following: (a) Resourc e 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 P olicy Act (NEPA) compliance; pollution prevention; permitting and technical support; environmental management systems and associated information technology tool development and implementation; environmental training strategy and awareness; 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) Operati onal Range Assessments for Department of Defense (DoD) installations including Range Environmental Vulnerability Assessment, Military Munitions Response Program, an in-depth knowledge of DoD Safety and Environmental Regulations and Guidance including but n ot limited to: DoD Directive 4715.11  Environmental and Explosives Safety Management on Operational Ranges within the United States, DoD Directive 3200.15  Su stainment of Ranges and Operating Areas, Sections 311-312 of the National Defense Authorization Act of FY02 DERP Management Guidance, September 2001 Other Department of Defense Regulations; and Executive Orders. This includes range and training programs an d support, solid waste evaluations and management plans; DoD awards development; sustainability program planning; ozone depleting substance (ODS) evaluations and elimination plans; energy studies; facility evaluations, Leadership in Energy and Environmenta l Design (LEED) support, and building commissioning. (c) Hazardous, toxic and radioactive material/waste site investigations/assessments; remedial investigations and feasibility studies; treatability studies; pilot studies; remedial designs; risk assessmen ts; 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) Water treatment plant, both potable and industrial; wastewater treatment plants, both domestic and industrial; pumping and piping syst ems, both pressure and gravity flows; hydraulic modeling. 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 throughout the wor ld as may be assigned to the Mobile District, or the other districts within 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). C riteria A thru D are primary. 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) Environmental 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) Process Controls Engineer (14) Mechanical Engineer; (15) Structural Engineer; (16) Architect; and (17) Regulatory Specialist, (18) Clean Water Act Specialist, (19) RCRA Specialist, (20) Military Munitions Response Program (MMRP) Specialist (21) Risk As sessor. Registration is required for the Architects and all Engineering acronym disciplines. Resumes contained in Standard Form (SF) 330, PART I, Section E, Page 3 shall be completed for each discipline. ROLE IN THIS CONTRACT, Block 13 under PART I, Sectio n 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, PART I, Section E. The evaluation will consider educatio n, 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 years) experience in the execution of complex HTRW, enviro nmental 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 breadt h, knowledge and recent (within 5 years) direct experience with implementing, analyzing and evaluating environmental regulations for designs, studies, and compliance of water and waste water projects. (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 coordination. (4) Demonstrated breadth, knowledge and recent (within 5 years) direct experience with Military Munitions Response Program, Operational Range Assessments, munitions con stituents associated with operational ranges, military munitions rule, associated range support activities. (5) Demonstrated breadth, knowledge and recent (within 5 years) direct experience with policies, guidance and regulations of DoD services, Installat ion 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 DOD 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 Business and Women-Owned Small Business Participation: Extent of participation of small businesses, small disadvantaged businesses, women-owned small businesses, historically bla ck 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 i nvited to submit one (1) completed paper copy of their SF 330 (Architect-Engineer 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 mus t be used, and may be obtained from the Government Printing Office or from the following web site: http://contacts.gsa.gov/webforms.nsf/22f268ed0a398629852569a4006ed7cc?OpenView&Start=30. All fonts shall be at least 12 or larger. Pages shall be 8-1/2 inche s by 11 inches. Part I of the SF 330 form is limited to 95 pages. Blank sheets/tags separating the sections within the SF 330 will not count in the 95 page maximum. Include DUNS number in SF330 PART I, Section B, Block 5. A firm located within the United S tates 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 local Dun and Bradstreet office should be contacted. The organization chart required in section D and the matrix required as section G, part I of the SF330 may be presented on a sheet up to 11 inches by 17 inches. If an 11 inch by 17 inch sheet is used it shall be neatly folded to 8-1/2 inches by 11 inches, bounded in the SF330 at the proper location, and counted as one page. A maximum of fifteen (15) projects including the prime and consultants, will be reviewed in PART I, Section F. Use no more than one page per project. It shall be noted that a task order executed under an Indef inite Delivery Contract is considered a Project. The 15 projects shall specifically address the following areas of emphasis: 3 projects - complex regulatory compliance/permitting; 4 projects - HTRW investigation/remediation; 2 projects - Water/Wastewater d esign which was awarded for construction; 1 project - GIS/Data management; 2 projects - Military Munitions Response Program; 1 project - Pollution Prevention; 2 projects - Environmental Management System. In Block G-26, along with the name, include the fir m with whom the person is associated. A Part II is required for each branch office of the Prime Firm and any Subcontractors that will have a key role in the proposed contract. Submittals must be received no later that 3:00 P.M. central time on 23 January 2 008. 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 follo wed for submittals received after 3:00 P.M. Central Time on the closing date specified in this announcement. 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 28 January 2008. As required by acquisition regulations, interviews for the purpose of discussing prospective contractor qualifications for the contract will be conducted only for those firms considered most highly qualified after submittal rev iew by the selection board. Interviews will be conducted by telephone and will most likely occur the same week that the Selection Board convenes. Phone calls to discuss the solicitation are discouraged unless absolutely necessary. Personal visits for the p urpose of discussing this solicitation are not allowed. To verify your proposal has been delivered, you may e-mail Mary Breland at: mary.f.breland@sam.usace.army.mil. 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.ccr.gov/.
 
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
 
Record
SN01469637-W 20071215/071213225143 (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 |
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.