SOLICITATION NOTICE
C -- Indefinite Delivery/Indefinite Quantity Geotechnical and Environmental Engineering Services
- Notice Date
- 12/13/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- NCR - National Capital Region 1100 Ohio Drive SW Washington DC 20242
- ZIP Code
- 20242
- Solicitation Number
- N3000080008
- Response Due
- 1/15/2008
- Archive Date
- 12/12/2008
- Point of Contact
- Rocky Newton Contract Specialist 2026196393 rocky_newton@nps.gov;
- E-Mail Address
-
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- N/A
- Description
- The National Park Service (NPS), National Capital Region (NCR), 1100 Ohio Drive, SW, Washington, DC, 20240, is seeking (a) qualified engineering firm(s) or organization to provide Geotechnical and Environmental Engineering Services under an indefinite delivery indefinite quantity (IDIQ) contract. Professional registration in MD, DC, VA and WVA is required, based on project location. The North American Industry Classification System (NAICS) code for this procurement is 541360, with a small business size of $4,500,000. This solicitation is open to small and large businesses. REQUIRED PROFESSIONAL DISCIPLINES: Civil Engineering, Geology, and Environmental Engineering. Additional services: CADD drafting (use of AutoCad and Microstation), word processing, power point, etc. may be required in the performance of specific task order requirements. PRIMARY SERVICES: Shall consist of, but not be limited to: coordination and performance of soil borings, rock coring, identification of subsurface soil stratigraphy and groundwater elevations, soil sampling, lab testing and analysis to determine and describe specific soil or rock characteristics, design recommendations & consultation, field verification of soil conditions, and soil testing during construction. Surface and subsurface conditions will range from pavement to marshland, from meadows to forest. Sites will vary in location from urban to rural. Work requires utilization of certified soils testing facilities and oversight by a registered professional engineer. Work will include services associated with performance of Pre-Acquisition environmental assessments and/or other contaminant surveys, combining field investigations and data collection with detailed records reviews, evaluations, and reporting. Evaluation of potential or specific risks may be required with regard to the presence of possible contaminants, including but not limited to: lead, asbestos, petroleum-based products, heavy metals, herbicides/pesticides, etc. Investigation and documentation of underground storage tank sites may be required. Work may also include services associated with development of sediment and erosion control (S&EC) plans for small NPS-designed projects involving site disturbing activity. S&EC plan preparation will require that final plan bear the seal of a professional engineer (PE) registered in jurisdiction where S&EC work is to take place. Task Order performance times may frequently be of short duration, i.e. 30-60 days up to and including submission of draft and final deliverables. AWARD CONSIDERATIONS: The Government intends to award a single contract from this announcement. An IDIQ contract is contemplated covering a base period of one (1) calendar year from contract award date, with four additional one-year option periods. The Government will use such factors as relevant experience, successful past performance, quality of deliverables, and timeliness. Work will be ordered by issuance of firm-fixed price or not-to-exceed type task orders. The maximum ordering limitation per contract awarded will be $2,500,000.00 for the life of the contract. The guaranteed minimum per contract awarded for the life of the contract, which includes the base period and all options exercised, is $10,000.00. LOCATION AND TYPES OF PROJECTS: Projects will be located in the National Capital Region (NPS-NCR) encompassing portions of Washington D.C., Virginia, Maryland, and West Virginia. However, other NPS Contracting offices may also be permitted to issue task orders against this contract. CODES, REGULATIONS AND STANDARDS: Projects require direct knowledge of, and experience complying with, National Park Service Director's Order-10A Design and Construction Drawings, American Society for Testing Materials (ASTM), Occupational Safety and Health Administration (OSHA). Firms shall expect to have direct contact with federal, state or local regulatory agencies to assure compliance with regulations, codes and policies. The Government will not indemnify the firm(s) selected against liability involving asbestos or other hazardous materials; that is, a clause holding the firm harmless will not be included in the contract. TECHNICAL EVALUATION CRITERIA: Statements of Qualification will be evaluated by a selection board of the National Park Service personnel based upon the following specific evaluation criteria, listed in descending order of importance: 1. Specialized and extensive experience and technical competence of the prime contractor and any consultants in type of work required under this contract. Demonstrate specialized experience and technical competence in the types of work described. The proposed work may be of short duration or may extend over several fiscal years, involving projects at various stages, which will require that the selected firm(s) must be capable of providing and managing a multi-disciplinary team from within the firm or in conjunction with sub-consultants. 2. Professional qualifications of individuals listed to perform under the contract, including individual licenses, registrations, certifications, and experience in the work proposed; the prime contractor will be required to have a licensed civil engineer assigned to this contract. The prime contractor will also be required to have a licensed geologist on permanent staff or under subcontract. 3. Specific past performance records on previous geotechnical, environmental engineering, and site assessment work performed for federal, state and local government agencies, and private industry documenting the firm's quality of work, ability to control both design staff and project proposed and final design costs, and the ability to develop creative and sensitive solutions to unique geotechnical or environmental problems. References provided may be contacted as part of the evaluation process. 4. Capacity to Execute Task Order Requirements within Stated Performance Period: Demonstrate a proven track record for a minimum of five (5) years to successfully satisfy client project requirements within specified project timeframes. Documentation shall reflect a history of meeting performance schedules. Identify design team members, performance period(s), scope of projects, and start/end performance dates. 5. Geographic proximity to the National Capital Regional Office in Washington, D.C. of fully-staffed professional offices and familiarity with local history, construction methods, environmental regulations, and local and state permitting and review processes. SUBCONTRACTING PLAN REQUIREMENT: If the apparent successful respondent is a large business, the respondent will be required to submit a subcontracting plan. The subcontracting plan, which in accordance with Public law 97-507, requires the A/E firm to provide the maximum practicable opportunities for small, small disadvantaged, women-owned, veteran-owned, and service-disabled veteran-owned small businesses. The selected firm, if a large business must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for this contract are that a minimum of 19% of the contractor's intended subcontract amount be places with small businesses, 3% shall be placed with small disadvantaged businesses, 5% shall be placed with women-owned businesses, 3% shall be placed with veteran-owned small businesses, 3% shall be placed with service-disabled veteran-owned small businesses; and 5% shall be placed with HUBZone certified firms. The subcontracting plan is not required with this submittal; however, contract award is contingent upon negotiation of an acceptable subcontracting plan. SUBMISSION REQUIREMENTS: Firms that fully meet the requirements described in this announcement are invited to submit a Letter of Interest and a completed SF330 for each firm, a Team Standard Form 330, and an organization chart of the team. The organization chart shall include the names of the key personnel, firms, disciplines, roles and responsibilities and/or technical expertise. Submission of any additional supporting material is encouraged, but only to the extent that it graphically (via drawings and photographs) and substantiates the relevant project work specifically described on SF330. Additional information should not exceed 20 double-side pages. It is recommended that submissions be spiral bound and developed and assembled in a manner that chronologically corresponds and addresses the Technical Evaluation Criteria. Submissions received via e-mail or facsimile will NOT be accepted. In support of the sustainable practices of resource conservation and material recycling, submissions should be concise, make wise use of recycled/recyclable paper and other materials, and be organized in such a manner that the recyclable materials can be easily removed after evaluation. To the extent possible, printed/copied double-sided paper documents should be submitted. Registration in Online Representations and Certifications Application (ORCA) is encouraged in responding to this solicitation (http://www.bpn.gov). In addition, active registration in CCR is required in order to conduct business with the Federal Government. Responses must be received by 2:00 p.m. Eastern Standard Time, January 15, 2008 at the following address: National Park Service; Attn: Rocky Newton, 1100 Ohio Dr., SW Washington, DC 20242. Note: This is not a Request for Proposals. The Government intends to award a single contract based on the selection board's final selection list, in order of preference, to the firm considered most highly qualified to perform the work. The Federal Acquisition Regulation website is www.arnet.gov. The website to obtain Standard Form 330 is: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF#1-1000. All responsible sources may submit an offer, which will be considered by the Government.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2771226)
- Place of Performance
- Address: The primary area of coverage is Washington, D.C., Maryland, Virginia, and West Virginia. See description for detailed requirements.
- Zip Code: 20242
- Country: USA
- Zip Code: 20242
- Record
- SN01469658-W 20071215/071213225205 (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 |