SPECIAL NOTICE
C -- PROFESSIONAL REMEDIATION SERVICES
- Notice Date
- 12/13/2007
- Notice Type
- Special Notice
- NAICS
- 562910
— Remediation Services
- Contracting Office
- NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
- ZIP Code
- 32899
- Solicitation Number
- NASA-SNOTE-071213-001
- Archive Date
- 12/13/2008
- Point of Contact
- Jan C. Pirkle, Contract Specialist, Phone 321-867-3429, Fax 321-867-2042, Email Janice.Pirkle-1@ksc.nasa.gov - Kari R Cezat, CONTRACT SPECIALIST, Phone 321-867-8912, Fax 321-867-2042, Email Kari.R.Cezat@nasa.gov
- E-Mail Address
-
Email your questions to Jan C. Pirkle
(Janice.Pirkle-1@ksc.nasa.gov)
- Description
- Professional Engineering Services Required for Developing and Implementing Contamination Assessment and Remediation Requirements for Resource Conservation and Recovery Act (RCRA) Sites and Petroleum Contamination for NASA on the John F. Kennedy Space Center (KSC) and Cape Canaveral Air Force Station (CCAFS), Florida This synopsis specifies the Government?s requirement and is a combined synopsis and solicitation. THERE IS NO SEPARATE SOLICITATION PACKAGE. This solicitation is NOT a small business set-aside. The applicable NAICS code is 562910, Remediation Services, which has a small business size standard of $13 million. In accordance with FAR clause 52.219-9, Small Business Subcontracting Plan, large businesses will be required to provide subcontracting plans prior to receipt of task order awards expecting to exceed $550,000 and having subcontracting possibilities. This work will be accomplished as individual task orders under basic ordering agreements (BOAs). Previous and current RCRA activities indicate there is enough anticipated work so that three contractors can receive a reasonable number of task orders. Accordingly, it is the Government?s intent to award approximately three BOAs with each BOA having an ordering period of five years. It is anticipated that individual task orders will range from under $100,000 to approximately $2 million and the magnitude of the work to be ordered is estimated to be $2 million - $2.5 million per year per BOA. Multiple, large site investigations with concurrent performance schedules are anticipated to be purchased under the BOAs. Individual task orders may be awarded beginning with the dates of execution of the BOAs. Task orders issued against the BOAs prior to their expiration may extend beyond the ordering period of the BOAs. The task order placement process under the BOAs will take into consideration the firms specialized experience, technical competence, and professional qualifications in the specific task to be ordered; the contractor?s past performance on earlier orders under the BOAs (including quality, timeliness and cost control); and the contractor?s capacity to accomplish the specific task in the required time. The Architect-Engineering firms selected will be required to perform tasks which primarily include the preparation and implementation of Solid Waste Management Unit Assessments, Confirmation Sampling Work Plans, Confirmation Sampling investigations and Reports, RCRA Facility Investigations (RFI) with RFI Work Plans and RFI Reports (including human health and ecological risk assessments), Corrective Measures Work Plans and Studies, and Statements of Basis. Each RFI shall be accomplished in accordance with applicable U.S. Environmental Protection Agency (EPA) and Florida Department of Environmental Protection (FDEP) RCRA and TSCA directives. The firms shall also prepare Interim or Corrective Measure Work Plans for any required soil and/or groundwater clean up and perform groundwater monitoring and operations and maintenance of installed groundwater clean up systems. The Government will designate the sites to be studied during the ordering period. The firms shall also develop and implement petroleum contamination investigations in accordance with Chapter 62-770, Florida Administrative Code (FAC). Additional supplemental guidance to Chapter 62-770, issued by FDEP, shall be utilized. The project tasks will begin with investigations and conclude with the submittal and approval by the FDEP of a Site Assessment Report and/or Remedial Action Plan that determines site disposition. Other professional services to be ordered under the BOAs include, but are not limited to, preparation of specifications, drawings, and cost estimates for interim and/or corrective measures for remediation installation; project management, technical services during the remediation installation, review of shop drawings and other technical submittals; field monitoring, supervision/inspection and evaluation of work; and preparation of record drawings. Work implementing the corrective measures is not included in the scope of this requirement. The Government will implement these corrective measures through other contract sources. The firms shall support the agency review and approval process and provide engineering support during the public review and comment periods for RCRA permit modifications. Final submittals to the Government shall be signed and sealed by Florida registered professional engineers or geologists. The contractor must have specialized experience and technical competence in the development and implementation of contamination assessment and remediation requirements for RCRA and/or petroleum-contaminated sites, with specific experience in Florida. The selected firms shall have demonstrated knowledge of all applicable governing laws, regulations, codes, standards, specifications, and Federal, state, and local permitting requirements. The professional services ordered require multi-disciplined engineering skills demanding selected firms to be staffed, at a minimum, with engineers demonstrating experience in each of the following disciplines: civil engineering, chemical engineering, environmental engineering, and geotechnical engineering. Other required project staff disciplines include geologists, biologists, and engineering technicians capable of manipulating the sampling, geologic, and engineering data through the use of common word processing, database software, etc. Drilling and laboratory functions may be subcontracted but all drillers shall be licensed in the state of Florida and the analytical laboratories must have a state of Florida-approved Quality Assurance Project Plan. All proposal submittal packages shall include at least one proposed analytical laboratory that has a state of Florida-approved Quality Assurance Project Plan. KSC, as a mass generator of hazardous waste, is regulated under a RCRA Permit which includes Hazardous and Solid Waste Amendments (HSWA) corrective action requirements. These HSWA corrective action requirements generate the need for KSC to retain firms capable of performing multiple, large site investigations with demanding schedules that include stipulated penalties for failure to meet required dates for submittal of RCRA corrective action documents. (Over sixty-five (65) corrective action documents were submitted to the Florida Department of Environmental Protection for regulatory approval including concurrent submittals of Corrective Measures Studies for two large complex sites during the past fiscal year.) This requirement is being acquired in accordance with FAR 36.602, Selection of Firms for Architect-Engineer Contracts. The following evaluation factors, listed in descending order of importance, will be used in the evaluation of submittal packages received in response to this solicitation: 1. Specialized experience and technical competence in the type of work required with specific experience in Florida. (The evaluation of specialized experience and technical competence shall be limited to the immediately preceding ten years.) Selection Weight: 40 percent 2. Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. (The evaluation of past performance shall be limited to the immediately preceding ten years.) Selection Weight: 25 percent 3. Professional qualifications necessary for satisfactory performance of required services. Selection Weight: 15 percent 4. Capacity to accomplish KSC?s work requirements in the required time without KSC incurring penalties. Selection Weight: 10 percent 5. Location of the essential staff for this project within 150 miles of KSC and CCAFS (or a commitment to locate within 150 miles) provided that application of this criterion leaves an appropriate number of qualified firms. Selection Weight: 10 percent Firms desiring to be considered for award of a BOA under this solicitation shall submit a completed Standard Form (SF) 330, ?Architect-Engineer Qualifications? (Parts I and II) and specific information addressing each of the five evaluation factors described in this solicitation. The proposed team qualifications as they relate to the specialized experience and technical competence required for this project shall be clearly stated. Firms shall tailor submittal packages to the NASA KSC contamination assessment and remediation requirements of this solicitation. Proposal submittals that are not tailored may not be evaluated or considered for award. Offerors shall provide a Relevant Experience/ Past Performance Information Summary identifying a minimum of five and a maximum of ten recent and relevant projects with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules, with the most relevant projects listed first. Offerors are advised that the Government may elect not to consider or evaluate more than the first ten listed projects. Offerors are also advised that while the list of submitted projects are at the offerors? discretion, the Government may consider and evaluate any other past performance data obtained from other sources and use the obtained information in the evaluation and rating of the offerors past performance. The Summary shall include the following information for each referenced project: Name of project and project number Period of performance Place of performance Name and address of customer or Government Agency Name, telephone number and e-mail address of Contracting Officer or customer contact equivalent Dollar value of project The proposal submittal, including the Relevant Experience/ Past Performance Information Summary and the SF 330 Parts I and II may not exceed fifty pages and shall include any information the firm feels may be of benefit to it in the evaluation and selection process. A page is defined as one side of an 8-1/2 inch x 11 inch sheet of paper, with at least one inch margins on all sides. Font size shall be not smaller than 12 characters per inch. OFFERORS ARE CAUTIONED THAT PAGES IN EXCESS OF THE MAXIMUM PAGE LIMITATIONS WILL BE REMOVED PRIOR TO EVALUATION AND INFORMATION CONTAINED IN THE REMOVED PAGES WILL NOT BE EVALUATED. One original and three copies of proposal submittals shall be delivered to the NASA-KSC, Central Industry Assistance Office (CIAO), 7110 N. Courtenay Parkway, Merritt Island, FL 32953 on or before close of business January 14, 2008. Offerors shall also provide one copy of the proposal submittal on CD ROM in MS Word format. The CIAO is located on State Road 3, approximately 2 miles south of Gate 2 to KSC. Access to KSC is not required. Offerors are responsible for assuring that hand-carried proposals are either received by NASA Government employees at the CIAO or dropped in the CIAO mail box located outside of the building. Proposal submittals received after the specified closing date shall be considered late. The outer wrapping of the proposal package shall be clearly marked: ATTN: Janice C. Pirkle, Contracting Officer (Remediation Services 12-07). All questions should be directed to Ms. Janice C. Pirkle, Contracting Officer at janice.c.pirkle@nasa.gov. See Note 24. Provisions of Note 24 apply to this notice except that (a) in the sentence beginning ?Selection of firms for negotiations,? the fourth additional consideration listed is changed to read: ?(4) past experience, if any, of the firm with respect to performance on contracts with NASA, other Government agencies, and private industry;? and (b) in the last sentence, ?National Aeronautics and Space Administration? is substituted for ?Department of Defense.?
- Web Link
-
http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76#128150
- Record
- SN01469791-W 20071215/071213225446 (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 |