Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2008 FBO #2484
SOLICITATION NOTICE

99 -- Environmental Task Order Contract (A&E)

Notice Date
9/12/2008
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of Transportation, Federal Aviation Administration (FAA), W.J. Hughes Tech Center, FEDERAL AVIATION ADMINISTRATION, AJP-7551 AJP - Technical Center (Atlantic City, NJ)
 
ZIP Code
00000
 
Solicitation Number
DTFACT-08-R-00046
 
Response Due
10/7/2008
 
Archive Date
10/22/2008
 
Point of Contact
Sharon Spector, (609) 485-6166<br />
 
Small Business Set-Aside
N/A
 
Description
The Federal Aviation Administration (FAA) William J. Hughes Technical Center (WJHTC), Atlantic City International Airport, New Jersey, has a requirement for Architectural and Engineering Services, outlined in the attached Statement of Work (SOW), involving construction, shakedown, long- term operation and maintenance, Geographic Information System (GIS)/ system administration, and underground storage tank system monitoring/reporting. These services are needed to ensure that various sites located at the William J. Hughes Technical Center are compliant with both the New Jersey Department of Environmental Protection (NJDEP) standards and Environmental Protection Agency (EPA) mandated schedules. The precise construction design/specifications and operation/maintenance parameters will not be known at the time of contract award. Hence, the FAA is contemplating the issuance of an Indefinite Delivery/Indefinite Quantity contract with multiple contract line items. Orders for all line items, with the exception of Construction, will be issued on a cost plus fixed fee basis; orders for construction, on a firm fixed price basis. This is a full and open competition with the applicable North American Industry Classification System (NAICS) code of 541330; size standard, $4.5Million. Only firms licensed to practice or offer professional engineering services in the state of New Jersey shall be considered. The duration and cumulative value of this requirement shall not exceed ten (10) years. The commencement of services will begin on or about March 1, 2009. A single contract will be awarded based on best value, and will result from two phases: The first phase (this announcement) will include the submission of a Technical Proposal meeting six (6) minimum requirement criteria and an SF-330 "Architect Engineer Qualifications." Technical Proposals and SF-330's are only requested from prime contractors. Screening proposals shall be limited to 20 pages; SF-330's shall be limited to 50 pages. Technical Proposals must address the contractor's ability to satisfy the following six (6) criteria. Contractors that fail to meet all six (6) criteria will not receive further consideration for award. (1) The offeror shall present to the Federal Aviation Administration (FAA) a notarized certified true copy of their current Pollution Liability Insurance (PLI) policy and a notarized original letter from their insurer of the respondent's ability to obtain a corporate total of $5,000,000.00 and their willingness to add the "United States of America" as an "additional named insured". (2) The offeror shall furnish documentation and proof that they have performed a hydro-geologic study and/or model of the Cohansey geologic formation or an equivalent geological formation at a National Priorities List (NPL) site that evaluated and made recommendations relative to the control of the movement of volatile organic compounds (VOC's) within said formation. The offeror shall furnish the name of the NPL (Superfund) site, the NPL regulatory project manager's name and phone number, a description of the hydro-geologic evaluation performed for the Cohansey or equivalent formation, and the recommendations that were made to control the movement of VOC's. (3) The offeror shall furnish documentation and proof that they have constructed a ground-water extraction and treatment facility capable of processing 500 gallons per minute that is located on and treats contaminated water from an NPL site. The facility at a minimum shall consist of ground water extraction; pH adjustment; chemical precipitation; flocculation; clarification and filtration; carbon treatment; and effluent discharge to injection wells. The offeror shall furnish the name of the NPL site where the facility was constructed,, the NPL regulatory project manager's name and phone number, the corporate or government name of the client* and the contract number, the capacity of the facility in gallons per minute, performance relative to meeting project deadlines, and a description of the treatment processes that were installed at the facility. (4) The offeror shall furnish documentation and proof that they have operated and maintained for a period of one (1) year a ground-water extraction and treatment facility capable of processing 500 gallons or more per minute that is located on and treats contaminated water from an NPL site. The facility at a minimum shall consist of ground water extraction; pH adjustment; chemical precipitation; flocculation; clarification and filtration; carbon treatment; and discharge to injection wells. The offeror shall furnish the name of the NPL site where the facility was operated and maintained, the NPL regulatory project manager's name and phone number, the corporate or government name of the client* and the contract number, the length of time that the facility was operated and maintained, the capacity of the facility in gallons per minute, a description of treatment processes that were employed at the facility, and a list of any and all Notices of Violation received during operation of this treatment system. (5) The offeror shall furnish documentation and proof that they have operated and maintained for a period of one (1) year multiple Veeder Root Underground Storage Tank Electronic Monitoring Systems. All corrective and preventative maintenance shall be performed by a Veeder-Root certified Level 3 (or higher) technician. The offeror shall furnish the corporate or government name of the client* and contract number, length of time that the monitoring systems were operated and maintained, number of tanks monitored, proof of the Level 3 or higher certification, and a list of any and all Notices of Violation received during operation of this treatment system. (6) The offeror shall furnish documentation and proof that they have administered and maintained a Geographical Information System (GIS) for a political subdivision, government facility, or a private facility consisting of at least 5000 acres. The GIS shall have consisted of the development and/or implementation of geospatial feature mapping, topographic data, imagery, spatial database updates for base map and project based geospatial data. The offer shall furnish the corporate or government name of the client* and contract number, the size of the political subdivision or facility for which the GIS was administered/maintained, a facility contact (name and phone number) and a description of the specific tasks performed. * Confidential clients are not acceptable for documentation purposes. Offerors who have not met all six criteria specified above will be notified in writing of the down selection and will not be eligible for award. Debriefings will be accommodated upon written request after down selection. Offerors who have met all six criteria specified above will continue to be evaluated by the FAA Technical Evaluation Team. The Technical Evaluation Team will evaluate SF-330's utilizing the following evaluation criteria in descending order of importance: Factor I Relevant Corporate Experience and Past PerformanceThis factor indicates the relevant qualitative and quantitative aspects of each respondent's record of performing services or delivering products similar in size, content, and complexity to the requirements of the current acquisition. It provides the FAA an opportunity to evaluate the quality of products or services furnished by the respondent. Evaluation of this factor will include careful scrutiny of data compiled from FAA, other Government organizations, and private industry and will include both prime and subcontractor investigations. The scoring system will be adjectival.The evaluation team will evaluate the firm's past performance on similar contracts with Government agencies, and private industry, in terms of quality of work, estimating performance, and compliance with schedule. Factor II Key Personnel This factor indicates qualitative aspects of the respondent's essential personnel. The requirements for on-site and off-site personnel will differ for each delivery order. However, certain personnel shall be permanently assigned to the contract and are designated as key personnel. Key Personnel shall be required to have certain educational and/or work experience and in certain positions will be required to have certain professional qualifications. Respondents shall be required to submit the resumes of these key personnel in Block E of the SF-330, for evaluation against the criteria for each key position. Key Personnel shall not be replaced on the contract without the consent of the FAA. The scoring system shall be adjectival. Key personnel with required qualifications are specified in Section 7 entitled "Contractor Personnel and Qualifications" of the attached Statement of Work. Key personnel shall consist of the following: Project Manager/Principal (PM/P); Site Health and Safety Officer (SHASO); Quality Control Supervisor (QCS); Project Hydrogeologist; Project Geotechnical Engineer; Project Environmental Engineer; Operations Manager/Chemical Process Engineer (OM/CPE); and GIS/GPS System Engineer. The evaluation team will evaluate the individual team members' professional qualifications based on the following points:A)EducationB)Professional registrationC)Years of experienceD) Other items deemed beneficial, such as professional society activities At the conclusion of phase one, those firms deemed "not likely to receive contract award" shall be notified by the Contracting Officer. Debriefings will be accommodated upon written request after down selection. Those firms "most likely to receive award" will receive a Screening Information Request (SIR) and will be requested to submit a cost/price proposal. Those firms most likely to receive award may also, at the option of the FAA, be required to submit a technical approach in response to a mock task prepared by the FAA (Phase Two). The mock task will consist of a theoretical problem arising in the current superfund treatment system or its infrastructure (eg. monitoring, extraction, or injection well or facilities). Offerors will be asked to respond with a written solution to the problem. This response shall not exceed 25 written pages for the written solution plus an additional not to exceed 15 pages of associated cost information (total 40 pages). The FAA will evaluate written solutions based on the technical approach, technical understanding of the problem, materials used, the processes and methods used, and the detailed cost breakdown (labor, materials, subcontracting, and other direct costs) presented. Please note that the FAA reserves the right to award without requesting a response to a mock task. At the conclusion of phase two, the Contracting Officer will commence negotiations with the offerors most likely to receive award. Written questions on this request may be directed via e-mail only to sharon.spector@faa.gov. To receive consideration, offerors must complete and submit an original and four (4) copies of each SF-330 response. All documents shall be provided to: FAA William J. Hughes Technical Center, Engineering Services Acquisitions Sub-Team, AJP-7951, Attn: Sharon R Spector, Atlantic City International Airport, Pomona, NJ 08405 no later than 2:00PM, Monday, October 6, 2008. Prospective offerors are hereby on notice to frequently visit the following website for updates on this procurement: http://faaco.faa.gov (under current announcements for the William J. Hughes Technical Center). This announcement is not intended to guarantee procurement of the services and shall not be construed as a commitment by the Government to enter into a contract. The Government is not liable for cost associated with the preparation, submittal of inquiries or responses for this announcement and will not reimburse any firm for the cost incurred in responding to this public announcement. Attachments: SF-330 Statement of Work
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=069ad225c39d9d7d164b2dbafe4d7c79&tab=core&_cview=1)
 
Record
SN01669519-W 20080914/080912223642-069ad225c39d9d7d164b2dbafe4d7c79 (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.