Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 17, 2008 FBO #2274
SOLICITATION NOTICE

C -- Service Disabled Veteran-owned Set-aside Indefinite Delivery/Indefinite Quantity Contract for Hazardous, Toxic and Radioactive Waste and Environmental projects primarily in support of Seattle District, and Northwestern Division USACE

Notice Date
2/15/2008
 
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-08-R-0027
 
Response Due
3/14/2008
 
Archive Date
5/13/2008
 
Point of Contact
BOBBIE WEITZEL, 206-764-6692
 
E-Mail Address
Email your questions to US Army Engineer District, Seattle
(barbara.a.weitzel@nws02.usace.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
The Northwestern Division of the US Army Corps of Engineers has a requirement to acquire Architect-Engineer (A-E) Hazardous, Toxic, and Radioactive Waste (HTRW)/Environmental Indefinite Delivery Contracts (IDC) services required for execution of the environmental mission in the U.S. Army Corps of Engineers (USACE) Northwestern Division (CENWD). This A-E selection will be conducted in accordance with FAR Subpart 36.6. The majority of the work will be in support of Seattle District mission; however, the resulting contract will include work at various locations throughout the Northwestern Division boundaries. More than one contract is being awarded for the same scope of work; however, under the Brooks Act, price competition is not allowed for A- E contracts. Therefore, each firm will be afforded a fair opportunity to be considered for each task order in excess of $3,000 except as provided by FAR 16.505(b)(2), using the following process. When a requirement is identified the Government Project De liver Team will first determine if it is a new requirement or a follow-on effort to an existing remediation project. Due to the nature of the requirements, projects are completed in phases such as preliminary assessment, remedial investigation, feasibilit y study and then design. If a follow-on requirement, every effort will be made to assign the task order to the original A-E as long as they have the capability to perform. For new requirements, the project scope will be reviewed to determine whether the requirement can be accomplished using a firm fixed-price task order or whether uncertainties will require the use of a cost reimbursement task order. Only the unrestricted pool will be considered for cost reimbursement task orders. The experience, qualif ications, past performance, capability and capacity will be considered as well as how we are doing in meeting our small business goals to determine which firm is best qualified to accomplish the work. The period of performance for the IDC will begin on th e date of contract award and will be in effect for one twelve-month base period; in addition there are provisions for four twelve-month option periods; if all options are exercised the length of the contract will be five years. The period of performance fo r task orders awarded under the IDCs will be determined based upon the work requirement, and will be included in the task order solicitation and negotiated award documents. The Service Contract Act, as amended 1965, is applicable to this solicitation and r esulting contracts and will be incorporated into same. Selections are expected to be made by 7 May 2008 after which those firms will be notified and issued a request for proposal; after negotiations awards are expected sometime during August  September 2008. Place of contract performance for most of the work will be done at the A-E contractors office. PROGRAM REQUIREMENTS. In support of this acquisition effort to acquire A-E services required to execute the environmental mission in the USACE Nor thwestern Division, the Government intends to award contracts to as many as five unrestricted firms to share capacity; in addition to pool of unrestricted contracts two contracts to 8(a) set asides; two contracts to HUBZones; and two contracts to Service-D isabled Veteran-owned small business concerns. Of the three small business categories one in each will be awarded by Kansas City District and one by Seattle District for projects relative to those Districts. In the event the solicitation process for eith er the HubZone or SDVOSB set-asides results in no firms being ranked as most highly qualified, the Government may proceed to make an award using the following process, which will be stated in the solicitation synopses: - HubZone: for the synopsized co ntract capacity to first, the next most highly qualified ranked SDVOSB firm, then to the next most highly qualified ranked 8(a) firm, in that order until the li sts are exhausted. - SDVOSB: for the synopsized contract capacity to first, the next most highly qualified ranked HubZone firm, then to the next most highly qualified ranked 8(a) firm, in that order until the lists are exhausted. Should the a bove process not result in the Government's ability to make an award, the capacity may be rolled over among the 5 unrestricted solicitation/resulting contracts. EVALUATION CRITERIA: Selection of a Service Disabled Veteran-owned firm will be base d on the following criteria listed in descending order of importance. (1) Specialized experience and technical competence of the firm in types of work required, including; (a) Remedial 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 collection and interpretation, evaluation and modeling capability; (c) Experien ce conducting HTRW investigations and preparing remedial designs for various sites; (d) Working knowledge of and experience with RCRA, CERCLA, CWA, TSCA, NEPA, and other related federal laws, regulations and programs, and equivalent state and local requir ements. (e) Low level radioactive waste and mixed waste investigation and remediation design; (f) Habitat restoration studies, plans, and designs, and mitigation plans and designs. Note: Firms will be evaluated for the degree in which their team pos sesses experience in all these areas. The most highly qualified firms will have experience in all of these areas. (2) Professional qualifications of firms staff and consultants to be assigned to this project, which are necessary for satisfactory perfo rmance of required services. The types of positions required may include, but are not limited to, chemical engineer, environmental engineer, structural engineer, mechanical engineer, electrical engineer, civil engineer, biologist, chemist, geologist, hydro geologist, health physicist, risk assessor, estimator, industrial hygienist, drill rig equipment operator, and laborer. (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 time; (5) Knowledge of the local regulatory requirements; including boundaries of Northwestern Division and EPA Region 2. Additionally, secondary criteria to be used as tie-breakers include geographic proximity and equitable distribution of the work. Equitable distribution will include the following aspects: (A) Extent of participation of Small Business (SB), Small Disadvantaged Business (SDB), historically blac k Colleges and universities, and minority institutions in the planned contract team, measured as a percentage of estimated effort, and (B) Volume of DOD contract awards to the prime A-E firm in the last 12 months. WORK WILL INCLUDE but not be limi ted to: site investigations, subsurface exploration, chemical sampling, testing and analyses, hazard evaluations, feasibility and other engineering studies and reports, archaeological investigations and mitigation, wetlands determination and mitigation stu dies, groundwater modeling, contaminant fate and transport analysis, HTRW design, preparation of plans and specifications, cost estimating, field inspections, verification of existing conditions, pilot studies, surveying and mapping, community relations, a nd construction-phase services that include, but are not limited to, engineering design during construction, checking shop drawings and working on a variety of hazardous waste and environmental type projects, including radiological and mixed wastes and sit es potentially contaminated with military munitions For on-site investigations, the firms must provide personnel with current health and safety training, as req uired by the Occupational Safety and Health Administration (OSHA). Firms must also be capable of performing work on a wide variety of sites in a manner that complies with federal, state and local regulations and laws, and within time frames required. Spec ific needs will be determined based upon project requirements as described in each task order. CONTRACT INFORMATION: The Government intends to award a contract to an Service Disabled Veteran-owned small business concern for this requirement; contra ct will include a Base Period and Four Option Periods. Contract will have a maximum ordering amount of $5 million over the life of the contract. Task orders will be limited to a maximum of $250,000 each to be issued as requirements arise. No additional c ontract information will be given to A-E firms. The NAICS Code for this procurement is 541330. For the purposes of this procurement a concern is considered a small business if its average annual gross receipts are $4.5 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. SUBMISSION REQUI REMENTS: See Note 24 for general submission requirements located at www.fbo.gov. 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 March 2008 2:00 P.M. local time: U. S. Army Corps of Engineers, Seattle District, Attention: Sharon G onzalez, P.O. Box 3755, 4735 East Marginal Way South, Seattle, Washington 98134. Submittals by facsimile transmission will not be accepted. No additional project information will be given to A-E firms. This is not a request for proposal. Emai l your questions to US Army Engineer District, Seattle sharon.j.gonzalez@usace.army.mil.
 
Place of Performance
Address: US Army Engineer District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
Country: US
 
Record
SN01510387-W 20080217/080215230950 (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.