Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2009 FBO #2673
SOLICITATION NOTICE

C -- A-E PROFESSIONAL ENVIRONMENTAL CONSULTING SERVICES FOR INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) CONTRACTS FOR CIVIL WORKS WITHIN THE NORTHWEST DIVISION USACE

Notice Date
3/20/2009
 
Notice Type
Presolicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Omaha, US Army Corps of Engineer - Omaha District, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-09-R-0050
 
Response Due
4/21/2009
 
Archive Date
6/20/2009
 
Point of Contact
Janice Cook, 402/995-2052<br />
 
Small Business Set-Aside
Total Small Business
 
Description
1. CONTRACT INFORMATION: Architect-Engineer services are required for up to two Indefinite Delivery/Indefinite Quantity (IDIQ) contracts to support Architect-Engineer professional environmental consulting services for Civil Works projects within the Northwest Division, USACE of Corps of Engineers. This solicitation will facilitate award of up to two contracts. One contract shall have a maximum capacity of $9,500,000 and the other shall have a maximum capacity of $5,000,000. These contracts will be restricted for Small Business Concerns. The contracts will have a base period of one year and four option periods of one year each. Work anticipated to be performed under this contract includes, but is not limited to, preparation of Environmental Reports including EISs, Environmental Assessments (EA), 404(b) Evaluations, and Statements of Compliance; performing environmental studies, designs and support of compliance issues under RCRA, CERCLA, other federal programs, and state and local environmental laws and regulations; environmental statistics, NEPA regulations, hydrology, GIS and CADD; preparation of water quality inventories and reports to include sediment contamination, computer models and/or; performance of remedial site investigation/feasibility study (RI/FS) work for sites in an area where there is evidence of an uncontrolled release of a hazardous substance; environmental monitoring studies, such as sediment and water quality analysis or RI/FS work, to determine the state of environmental contaminants at Superfund and other hazardous, toxic, and radioactive waste (HTRW) sites; field sampling and analysis efforts in both riverine and coastal environments; field studies; conducting site surveys and assessments; identification of plants, fish and wildlife, and benthic infauna from the marine, terrestrial, and freshwater environments; water quality, sediment chemistry, bioassay, and bioaccumulation analyses; human health and ecological risk assessment, and providing cost estimates for remediation work. Task orders will be issued with a project/site specific scope of work under the general scope of the contract. This announcement is restricted to small business concerns. Final AE selection and award of the contracts is anticipated in May 2009. The North American Industry Classification Code (NAICS) is 541620, which has a size standard of $7,000,000 in average gross annual receipts over the past 3 fiscal years. It is imperative that all Small Disadvantaged Businesses (SDB) contact their Small Business Administration (SBA) Office to obtain SDB Certification. Without SBA SDB certification, neither a prime contractor nor a federal agency can receive credit for utilizing SDB contractors/subcontractors. 2. PROJECT INFORMATION: Projects will be assigned by Task Orders on the IDIQ contracts established as a result of this solicitation. All projects will be located within the USACE, Northwest Division, and most projects will be located within the boundaries of the Omaha District. Services the contractor will be tasked to accomplish may include, but are not limited to: a. Preparation of NEPA compliance documents including complete or partial Environment Impact Statements (EISs), Environmental Assessments (EAs), Environmental Baseline Studies (EBSs), Statements of Findings (SOF), environmental inventories, endangered species assessments/evaluations, and related special studies documentation. b.Preparation of environmental management and compliance documents under various environmental statutes and laws (i.e. CAA, CWA, RCRA, CERCLA, OPA, other federal programs, and state and local environmental laws and regulations). c.Integration of environmental compliance documents into water resources and related planning studies including reconnaissance, feasibility, or reevaluation reports in accordance with ER 1105-2-100 and other pertinence guidance, laws, and regulations. d.Conduct fish and wildlife habitat surveys, studies and analyses. e.Conduct water and air quality surveys, studies and analyses. f.Conduct terrestrial ecology surveys, studies and analyses. g.Perform ecosystem restoration planning and design including wetland design and restoration, stream and river riparian design and restoration, and stream and river aquatic restoration. h.Conduct socioeconomic analyses including assessments of economic impacts, projection of socioeconomic needs, economic and social risk-based analyses, and regional economic evaluations. i.Perform recreation analysis to develop recreation benefit estimation and project justification, including the use of statistically defendable surveys, in accordance with Corps Engineering Regulation (ER) 1105-2-100 and other pertinence guidance and regulations. j.Conduct ecosystem restoration analysis including cost effectiveness and incremental cost analysis using habitat evaluation procedure (HEP), Institute for Water Resources (IWR) Plan program and/or other professionally accepted analysis tools. k.Conduct natural resource, cultural resources, and archeological investigations and surveys. l.Perform multi-media environmental and occupational safety and health compliance audits/assessments. m.Preparation of permits including Section 404 and 401 permit documents. n.Preparation of Dredge Material Management Plans (DMMP) to identify alternatives to open water disposal. o.Employment of geographic information systems (GIS) using ESRI or other industry standard GIS software and Computer-Aided Design and Drafting (CADD) using Microstation or other industry standard CADD tools (includes generating Aerial Photography, Topographic/Bathymetric Surveying and Mapping, database development, preparation of contract drawings and specifications CADD Drafting) to describe existing environmental conditions and potential environmental impacts of proposed projects. p.Undertaking of specific field and/or laboratory studies to answer resource and impact questions. q.Collection of sediment samples using grabs, sediment coring devices and other methods as may be necessary to acquire required volumes to undergo chemical, physical, and biological analysis. r.Perform environmental education, training, and sustainable development. s.Conduct Native American consultations. t.Conduct remedial investigation and remedial design. u.Employ long term maintenance and long term monitoring. v.Conduct storm water pollution prevention planning and pollution prevention opportunity assessments. w.Perform environmental sampling and testing of various media (i.e., surface water, groundwater, surface and subsurface soils, sediment and rock, air) to support requested investigations, inventories, or assessments. x.Perform fish, forestry, wildlife and range management. y.Execute Environmental Impact Analysis Process (EIAP). z.Perform ground and aerial surveys. aa.Perform risk assessments. bb.Conduct hazardous, toxic, and radiological waste (HTRW) laboratory analyses (water, soil, lead paint, asbestos etc). cc.Perform water quality monitoring and analysis. dd.Conduct recreation and natural resource master planning. ee.Conduct plume tracking associated with Superfund remediation activities. ff.Preparation of Sampling and Analysis Plans (SAP) and Quality Assurance Project Plans (QAPP) according to Corps and Environmental Protection Agency (EPA) reporting and formatting requirements. gg.Rendering of expert opinions (written and oral) and reliable expert witnessing in regulatory, legal, and scientific settings. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a-e are primary. Criteria f is secondary and will only be used as tiebreakers between technically equal firms. a. Specialized experience and technical competence of the firm and consultants in the areas listed above. Only experience that has occurred in the last five years should be included in the proposal. All projects cited shall identify start/complete dates as well as the project size (cost and scope). (SF 330, Part I, Section F) b. Past performance on DoD and other contracts with respect to quality of work, cost control and compliance with performance schedules. (This criterion will be evaluated from Architect-Engineer Contract Administration Support System (ACASS) information obtained by the Omaha District Office) c. Professional qualifications and specialized experience of the proposed team members (including consultants) in providing services similar to those listed above in the following disciplines: civil, structural, hydrologic, hydraulic, electrical, chemical, mechanical, environmental, and geotechnical engineers; architect; landscape architect; surveyor; project manager; community planner; economist; water resources planner; recreation planner; geologist; biologist; botanist; geomorphologist; ecologist; soil scientist; archeologist; cultural anthropologist; cultural resource specialist; ethnographer; environmental scientist; cost estimator; real estate specialist; GIS specialist (Geographer/Cartographer/ Geospatial Data Analyst); CADD technician; and technical report writer. The architect, landscape architect, civil, structural, hydraulic/hydrologic, geotechnical, chemical, mechanical, electrical, and environmental engineering disciplines must include at least one registered professional. Evaluation of these disciplines will consider education, training, relevant experience in planning services similar to those listed above, and longevity with the firm. Any past planning experience on USACE Civil or Military projects should be identified. The availability of an adequate number of personnel in the key disciplines shall be presented to insure that the firm can meet the required schedule. (SF 330, Part I, Sections E & G) d. Work management: A proposed management plan shall be presented that includes an organization chart and addresses team organization, any anticipated sub-contractors or entities to supplement the team, quality control procedures, cost control, coordination of in-house disciplines and consultants, and prior experience of the prime firm and any of their significant consultants on similar projects. The SF 330 shall clearly indicate the primary office where the work will be performed and the staffing at this office. (SF 330, Part I, Section H, Item 1) e. Capacity to complete potential task orders within a reasonably aggressive schedule. The evaluation will consider the experience of the firm and any consultants in similar size projects, and the availability of an adequate number of personnel in key disciplines. (SF 330, Part I, Section H, Item 2) f. Volume of DOD contract awards in the last 12 months. (SF 330, Part I, Section H, Item 4) 4. SUBMISSION REQUIREMENTS: a. Interested firms must submit three copies, each containing Parts I and II of the SF 330 information. Each copy shall be divided by tabs (dividers) separating Parts I and II, and tabs dividing the subsequent sections from each other (Note: Parts I, II, and Subsequent Sections are as defined in the SF330 Instructions). The SF330 shall have a page limit of 130 pages. A page is one side of a sheet, 8-1/2 by 11. If a fold out is used, each sheet of a fold out shall count as a minimum of 2 pages. Font size shall not be less than 10 font. b. Include the firms DUNS number with the firms name on the SF330, Part I, Block B, 5. If you do not have a DUNS number, contact Dunn and Bradstreet at 1-866-705-5711. In addition, on the SF330, Part I, Block C., provide the DUNS number for each consultant, if available. NOTE: Previous ACASS numbers that may have been assigned to your firm are obsolete, and therefore not required. c. SF 330, Part I, Section H (Additional Information) shall contain the following information. (1) Item 1 Management Plan Include the information requested in Paragraph 3c above. (2) Item 2 - Capacity to complete the work. Reference Paragraph 3e above. Provide a 1-2 page narrative discussing the capacity of the firm to meet schedules, including adequacy of qualified personnel available and past experience in meeting tight schedules. (3) Item 4 Volume of DOD contracts within the last 12 months Reference Paragraph 3g above. Provide a complete listing of all DOD projects performed within the last 12 months, no matter what stage of effort required. d. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. Information regarding registration can be obtained on line at www.ccr.gov or through CCR Assistance Center (CCRAC) at 1-888-227-2423 or 269-961-4725. Effective immediately, the use of DUNS+4 numbers to identify vendors is limited to identifying different CCR records for the same vendor at the same physical location. For example, a vendor could have two records for themselves at the same physical location to identify two separate bank accounts. If you do not have a DUNS number, or want to register subsidiaries and other entities, call Dunn and Bradstreet at 1- 866-705-5711. e. Mailing address for submission: US Army Corps of Engineers, 1616 Capital Avenue, Omaha, NE, 68102, ATTN: Jan Cook, Solicitation Number W9128F-09-R-0048. Ms. Cook can be reached at 402-995-2052 and via Internet jan.m.cook@usace.army.mil. All technical questions should be directed to Ms. Kara Reeves, (402) 995-2688. Solicitation packages will not be provided. This is not a request for proposal. Submittals must be received no later than 1400 Central Time, 21 April 2009. Personal visits for the purpose of discussing this announcement will not be scheduled. Please check for updates to this announcement at www.fbo.gov (Federal Business Opportunities).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=57c4a261ddc90554f4f4bce5a5129f25&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 1616 Capital Ave, Omaha NE<br />
Zip Code: 68102-4901<br />
 
Record
SN01774209-W 20090322/090320220513-57c4a261ddc90554f4f4bce5a5129f25 (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.