Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2009 FBO #2652
SOLICITATION NOTICE

C -- ANNOUNCEMENT W912GB-09-R-0021 for EPAS SUPPORT, FINAL GOVERNING SUPPORT & ENVIRONMENTAL A-E SERVICES, US ARMY CORPS OF ENGINEERS, EUROPE DISTRICT WIESBADEN, GERMANY

Notice Date
2/27/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, Corps of Engineers, Europe District, Contracting Division, Corps of Engineers, Europe District, Contracting Division, CMR 410 BOX 7, APO, AE 09096
 
ZIP Code
09096
 
Solicitation Number
W912GB-09-R-0021
 
Response Due
3/30/2009
 
Archive Date
5/29/2009
 
Point of Contact
Marion Weingartner, +4961197442606<br />
 
Small Business Set-Aside
N/A
 
Description
Description: Opening Date: 27 February 2009 Closing Date: 30 March 2009 ANNOUNCEMENT W912GB-09-R-0021 for EPAS SUPPORT, FINAL GOVERNING SUPPORT & ENVIRONMENTAL A-E SERVICES, US ARMY CORPS OF ENGINEERS, EUROPE DISTRICT WIESBADEN, GERMANY 1. GENERAL INFORMATION: The U.S. Army Corps of Engineers, Europe District, hereby solicits for a Environmental Performance Assessment System, Final Governing Standards Support & Environmental A-E Services Indefinite Delivery Contract (IDC) to be procured in accordance with the Brooks Act (Public Law 92-582) and Federal Acquisition Regulation Part 36. It is anticipated that not more than four (4) IDCs will be negotiated and awarded. The anticipated work is 1) primarily in Germany, 2) with possible minor work in Italy, Belgium, the Netherlands, and Eastern European countries, and 3) optional minor work in other countries located anywhere within the United States European Command (USUECOM) area of responsibility (AOR) which the Contractors may be asked to perform but cannot be required to perform. All contracts will be awarded within one year of the A-E selection approval. Contractors will be afforded a fair opportunity to be considered for each task order. The Europe District will consider the following factors when selecting a contractor for a task order: uniquely specialized experience, performance and quality of deliverables under the current contract, current capacity to accomplish the order in the required time, and rational distribution of work among the contractors. Each contract period will not exceed five years, with a base period of one year and four (4) 1-year option periods. Each contract will not exceed $12 Million, with a maximum task order amount not to exceed $ 12 Million. The combined value of all four contracts awarded under this solicitation will not exceed $48 Million. Work will be issued by negotiated firm-fixed-price task orders. 2. PROJECT LOCATIONS: Multi-disciplined A-E services are required for natural resources and environmental related projects in support of the United States. Contracts will be awarded for projects located primarily in Germany, 2) with possible minor work in Italy, Belgium, the Netherlands, and Eastern European countries, and 3) possible optional minor work in other countries located anywhere within the United States European Command (USUECOM) area of responsibility (AOR). 3. REQUIRED SERVICES: Multi-disciplined A-E services are required for environmental performance management, regulatory final governing standards support, remediation of contaminated soils/groundwater, pollution prevention projects, and other environmental compliance services at the locations indicated above in Section 2, PROJECT LOCATIONS. All contracts include the following types of services, however, task orders may only include some of the following types of services: a. Environmental Performance Management System Support. b. Final Governing Standards for Host Nations. c. Conduct Environmental Assessments. d. Environmental Baseline Surveys. e. Perform Remedial Designs. f. Environmental Reviews. g. Erosion control design. h. Perform Soil and Groundwater studies i. Development of management plans and/or studies on specific hazardous materials. j. Design for both restoration projects and abatement or remediation of other hazardous materials. k. Pollution prevention type environmental projects. l. Development of classroom and web-based training. m. Assessments of installation compliance with US and Host Nation environmental requirements. n. Environmental Management System development and implementation. o. Geological and hydro-geological studies. p. Hazardous substance sampling and analysis. q. Geographic Information Systems (GIS) ESRI ArcGIS geodatabase deliverables. r. Submittals in Microsoft word and excel as well as Bentley MicroStation format compatible with A/E/C CADD standards. 4. SELECTION CRITERIA: Criteria A through F will be rated in descending order of importance. A. Specialized Experience and Technical Competence: Submittals must demonstrate the specialized experience and technical competence of the offeror (i.e., the principals of the offeror such as the prime firm, partners, joint venture partners, and if applicable, that of the offerors team, e.g., subconsultants, subcontractors and/or free-lance associates) within the last five years in the types of services specifically indicated above in Section 3, REQUIRED SERVICES. Project descriptions should demonstrate experience relevant to this announcement. Offerors must have experience in Germany. Evidence of experience in Italy, Belgium, the Netherlands or Eastern Europe will also be considered. For offerors who partner (for example, joint-venture), or team (for example, with subcontractors), additional credit will be given to proposals that demonstrate a successful history of teaming, and letters of commitment from subcontractors. Please note that Block F of SF330 is meant for only 10 example PROJECTS that best demonstrate the offerors qualifications rather than example CONTRACTS. A project is defined as work performed pursuant to one specific task order of an indefinite delivery contract (IDC) or work performed pursuant to a site-specific contract within a single installation or facility. An IDC type contract or the performance of work pursuant to multiple task orders of an IDC at multiple sites does not represent a project within this definition. Base contracts must not be included in Block F. B. Qualified Personnel: Firms must identify the qualifications of the following key personnel: Project Manager, Environmental Engineer, Civil Engineer, Environmental Scientist, Hydrogeologist, Geologist, Biologist, Zoologist, Chemist, Historian, Natural Resource Specialist, Tree Expert, Aerial Photogrammetrist, Geographic Information Systems (GIS) Manager and Cost Estimator. The evaluation will consider the education, training, certification, overall and relevant experience and longevity with the firm for all key personnel. The evaluation will consider the key personnels experience obtaining certification and compliance with all applicable U.S., and host nation laws, criteria and regulations primarily in Germany, but will also consider to a lesser degree, qualifications in Italy, Belgium, Netherlands, and Eastern European countries. Valid registration (Bayern Landesamt fr Wasserwirtschaft) as an expert according to 18 BBodSchG (Federal German Law for Soil Protection and Abandoned Sites) is required. C. Management Plan: Submittals must include in Blocks D and H of the SF 330 a Management Plan that addresses, as a minimum, the offerors approach to project management, organization and lines of supervision and communication, and coordination of disciplines and, if applicable, coordination with subcontractors or consultants and joint venture partners. The submittal must indicate what firm is responsible for each item of work, the interdisciplinary and interoffice communication and supervision process, and the procedure to ensure high quality products and services, within cost limitations and in strict compliance with performance schedules. D. Past Performance: Submittals must include relevant past performance identified by contract number on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from PPIRS and other sources. E. Capacity: Offerors must demonstrate the capacity and capability to perform at least three large task orders simultaneously. The evaluation will consider the experience of each firm, and any joint venture partners, and if applicable any consultants in similar projects, and the availability of an adequate number of personnel in key disciplines. The evaluation will also consider current contracting capacity with the Europe District. F. Knowledge of Locality: Offerors must demonstrate knowledge of the locality and familiarity with the Europe Districts area of operations, and knowledge of U.S. and host nation legal and technical regulations, including experience in applying host nation environmental regulations to military projects. Knowledge of localities primarily in Germany is required, but also knowledge in Italy, Belgium, the Netherlands, and Eastern Europe, is preferred; with knowledge of localities of all other countries within the USEUCOM area of responsibility desirable. 5. SUBMISSION REQUIREMENTS: Firms that have the capability to perform this work are invited to submit two copies of Standard Form 330 for the proposed team, including the prime firm and all joint venture partners, consultants and free-lance associates, to the address below not later than 1600 Central European Time on the closing date of this announcement. The SF 330 Part I shall not exceed 75 pages (8.5 x 11), including no more than 30 pages for Section H. Each side of a sheet of paper is a page. Use no smaller than 10 font type. Firms responding to this announcement after the closing date and time will not be considered. Required forms may be obtained on the Internet at: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF. Forms must be complete and current. Each firm identified as part of this contract including free-lance associates must complete a separate Part II of the SF 330. Firms may be rejected for incomplete or missing SF 330s. Part II must show only the office or offices that are intended to have a key role in the contract. Blocks E and G of Part I must include only individuals proposed to perform the anticipated work, including all subcontractors or consultants, in the appropriate columns, and should not include persons that will not actually do the work. Block E must clearly show if individuals are full-time, consultants or free-lance. Do not include promotional brochures, advertisements or other extraneous material in a submission. This is not a request for proposal. Include the firm's point-of-contact, email address, telephone number and facsimile number in the submittal. Joint Ventures shall submit the following additional documentation of evidence of a Joint Venture entity: a) A copy and a translation in English, of a legally binding Joint Venture agreement, and b) Identification of the party who can legally bind the Joint Venture. 6. SPECIAL NOTE: Firms sending submittals from outside Germany via air courier or postal service should state the content value to be no cost or zero. If a monetary value is indicated on the package, the package may be delayed due to customs clearance. The Europe District is not responsible for any delays that result in late receipt of submittals. Be aware that heightened security measures may delay access to the Europe District in the Amelia Earhart Center; therefore early delivery of submittals is advisable. Firms responding to this announcement are requested to inform the points-of-contact below so that receipt of submittals by the closing date and time can be confirmed. A. For US/military postal service: Commander U.S. Army Corps of Engineers, Europe District ATTN: CENAU-CT (Elaine Gray-Frasure) Announcement W912GB-09-R-0021 CMR 410, Box 7 APO AE 09049 B. For German postal service: Commander U.S. Army Corps of Engineers, Europe District ATTN: CENAU-CT, Box 7 (Elaine Gray-Frasure) A-E Announcement W912GB-09-R-0021 Konrad-Adenauer-Ring 39 65187 Wiesbaden, Germany 7. POINT OF CONTACT for additional information: U.S. Army Corps of Engineers Europe District ATTN: CENAU-CT (Elaine Gray-Frasure) P.O. Box 7 Konrad-Adenauer Ring 39 65187 Wiesbaden - or - CMR 410, P.O. Box 7 APO AE 09049 PHONE: 011-49-611-9744-2429 EMAIL: Elaine.S.Gray@usace.army.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7ab77b567d2a730b0f16f3b418596968&tab=core&_cview=1)
 
Place of Performance
Address: Corps of Engineers, Europe District, Contracting Division Konrad-Adenauer-Ring 39 65187 Wiesbaden GE<br />
Zip Code: 65187<br />
 
Record
SN01759387-W 20090301/090227221538-7ab77b567d2a730b0f16f3b418596968 (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.