Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2009 FBO #2763
SOLICITATION NOTICE

C -- A-E Environmental ID/IQ

Notice Date
6/18/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron St,, Warner Robins, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
ReferenceF3Q2AH9140A001JK
 
Archive Date
7/18/2009
 
Point of Contact
Julie Kocinski, Phone: 478-926-7988
 
E-Mail Address
julie.kocinski@robins.af.mil
(julie.kocinski@robins.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Environmental Architect-Engineer (A-E) Services for Various Environmental Programs Air Force facilities to include Robins Air Force Base, GA; May be expanded to include other facilities associated with the Air Force Mission on a case basis. Contract Information: Indefinite Delivery/Indefinite Quantity (ID/IQ) Contract for Title I, Title II, and Other A-E Environmental Services. The basic award period will be for one year from the date of award. In addition, there will be four annual option years. The applicable NAICS is 541620, Size Standard: $7M. A-E Selection procedures will be used to competitively award separate ID/IQ contracts using full and open competition. There will be at least two contracts awarded. The cumulative ceiling for all contracts awarded under this announcement will not exceed $36 million over a 5-year period. Task order limitations are as follows: Minimum: $1,500.00; Maximum: $3M. There is a minimum order amount guarantee of $100,000.00 per contract. The contract will be structured to allow for the issuance of both Firm-Fixed-price (FFP) and Time-and-Material (T&M) task orders with preference given to utilizing FFP to the greatest extent possible. The ordering period for the contract will be five years with a period of performance extending two years beyond the ordering period. The anticipated date of award is 28 Jan 2010. Selection procedures will be accomplished in accordance with FAR Part 36.6, the supplements thereto, the Brooks Act, and AFI 32-1023. Firms desiring consideration shall submit two copies of the following: Standard Form (SF) 330 Part I and II, Architect-Engineer Qualifications, to Julie Kocinski, 375 Perry Street, Bldg 255, Suite A, Robins AFB GA 31098, no later than 17 JUL 2009, 4:00 PM Eastern Standard Time. Proposals received after this specified date and time will not be considered. Provide email address in Section B of the SF 330, Part I. All information relating to the firm's qualifications must be contained in the standard forms. Inclusion by reference to other materials is not acceptable. Firms are directed to keep the total page count of SF Form 330 Part I submission to no more than 60 pages of text/figures/tables for the full and open competition, numbered consecutively from 1 to 60, (one face of an 11 x 17 foldout will therefore have two consecutive page numbers). Any additional pages and/or other documents submitted will be destroyed without consideration. The cover, cover letter, title page and tabs for SF 330 Part I are excluded from the page count. Additionally, there is no page limit on SF 330 Part II. Submittals shall be prepared using Standard English and must be written in a concise, yet clear and informative style. Submittals shall use a minimum 12 point font in preparing narrative elements and a minimum 10 point font in preparing tables and be double sided and secured in a 3-ring binder. Submissions may include color. Page sizes to be used include 8.5 x 11 and 11 x 17. The 11 x 17 sheets with printing on one side will count as 2 pages. The 11 x 17 sheets with printing on both sides will count as 4 pages. All 8(a) certified firms are instructed to note their status by the appropriate ownership in Block 5b of Part II of the SF 330; include the graduation date from the program. Responding firms shall clearly indicate any subcontractors, and/or consultants. Any proposed teaming arrangements shall clearly state the type of teaming arrangement: Joint Venture or Prime/subcontractor. This is not a request for proposal. A statement of work, plans, specifications, and bidders list are not available. NOTE: A solicitation will not be issued against this synopsis. The Government reserves the right to hold oral presentations if determined to be in its best interest. Approximately three firms will be interviewed either in person, by telephone, by written reply to written questions, or electronically. Firms responding to this announcement are encouraged to highlight their present and anticipated capabilities described in this announcement. Prioritized selection criteria in order of importance: (1) Specialized Experience. SF 330 Part I, Section F should list only current projects or projects completed within the past five years. Projects completed more recently will be evaluated more advantageously for the offeror. Projects listed should show scope and nature similar to the contract work described in this announcement and include a description of complexity of the job and challenges faced. Section G should identify key personnel that worked on projects listed in Section F and their role. (2) Professional Qualifications of Key Personnel. SF 330 Part I, Section E should show brief resumes of key personnel of the prime contractor/teaming arrangement. The combination of criteria below will be used to determine the ability of the staff to effectively contribute to the successful completion of project task orders. Responses will be evaluated to determine: (a) Experience on DoD work requirements, (b) Certification/Licensing (State of Georgia), (c) Years with company, and (d) Education (3) Work Capacity. SF 330 Part I, Section H should include a description of how each firm will manage, coordinate, and administer work within the proposed team identified in SF 330 Part I, Section C. Responses will be evaluated to determine the following: (a) capacity to perform work in-house and with teaming partners, (b) ability to complete several multidisciplinary contract task orders concurrently (i.e., the impact of this potential workload on the firm's permanent staff, anticipated workload during the contract period, and the firm's history of successfully completing work in compliance with performance schedules.) (4) Past Performance. SF 330 Part I, Section H should cite examples of performance for projects similar to contract work described in the announcement that have been performed in the past 3 years. Responses will be evaluated to determine: (a) ability to maintain quality of work, cost control, and compliance with performance schedules, (b) customer satisfaction. (5) Volume of Work. SF 330 Part I, Section H should identify the volume of DoD work awarded to the prime contractor/teaming arrangement. (6) Location. The prime contractor (including first tier subcontractors/consultants) shall have staff located within the general geographic area and have knowledge of the locality. Staff shall have the ability to mobilize to a project site within 2 hours. (7) Teaming Agreements. The prime contractor shall provide a statement in the cover letter confirming executed teaming agreements are in place for all proposed team members. The statement shall also list all team members. Contract work may include, but is not limited to, the following project types: Title I - (A-E Design Services); Title II - (A-E Supervision and Inspection Services); and Other A-E Environmental Engineering Services. Services will address environmental restoration, compliance, conservation, and pollution prevention support. Examples of type of services are as follows: Title I : Site Visits and Investigations, Construction Drawings, Technical Specifications, Cost Estimates, Design Analysis, Design Objectives. Title II : Construction Management, Quality Assurance/Quality Control. Other A-E Services : Restoration Program : Site Assessments, Remedial Investigations, Feasibility Studies, Remedial Designs, Corrective Actions, Long Term Monitoring, Long Term Operations, Remedial Action Operations, Risk Assessments, Ground Water/Site Modeling, Monitoring Well Installation/Abandonment, Peer Reviews, Decision Documents, Progress Reports, Misc Plans (Work Plans, Health & Safety, O&M, etc), Operations and Maintenance of Environmental Cleanup Systems, System Optimization, Technical Support, Community Relations Support, Environmental Advisor Board Support, Sampling of Soil, Groundwater & Other Media; Compliance Program : National Environmental Policy Act (NEPA) Actions [Environmental Assessments (EAs), Environmental Impact Statements (EIS), Environmental Baseline Surveys (EBS)], Assessments and Inspections [Environmental Compliance Audits, Environmental Management System Support], Asbestos Management, Polychlorinated Biphenyl (PCB) Management, Underground Storage Tanks (USTs) and Above Ground Storage Tanks (ASTs), Air Quality [Air Emissions Inventory, Title V Permit, Clean Air Act Compliance, Audits], Water Quality [Wastewater, Storm Water, Drinking Water], Solid Waste [Qualified Recycling Program, Composting, Green Procurement Program], Emergency Planning [Toxic Release Inventory, SARA Title III, Facility Response and Emergency Response Plans], Hazardous Waste Management, Hazardous Material Management, Environmental Training, Information Management [ World Wide Web, Local Area Network, Geographic Information System, GeoBase, Environmental Management System Application, Global Positioning System, Aerial Photography]; Permits and Plan Development/Updates; Conservation Program : Cultural/Historical Program Support [Surveys and Studies of Archeological Sites and Historic Buildings/Structures, Consultation with American Indians and State Historic Preservation Office] and Natural Resource Program Support [Wetlands Delineations, Threatened and Endangered Species Surveys, Wildlife and Botanical Surveys/Studies, Landscape Management, Water Conservation Issues, Bird Movement Studies, Inventory/Oversight of Timber Operations, Tree Planting, Ecosystem Restoration Projects]; Pollution Prevention Program : Pollution Prevention Feasibility Studies, Pollution Prevention Opportunity Assessment Studies, Material Substitution Validation, Process Demonstration, Hazardous Waste Reduction, Weapon System Pollution Prevention All work shall comply with applicable federal, state, and local laws, regulations, and ordinances. These laws and regulations include, but are not limited to, the following: Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA); Superfund Amendments and Reauthorization (SARA); Resource Conservation and Recovery Act (RCRA); Clean Air Act including Title V Amendments; Clean Water Act; National Environmental Policy (NEPA); Aerospace National Emission Standard for Hazardous Air Pollutants (NESHAP). All contracts awarded under this announcement are subject to an Organizational Conflict of Interest (OCI) Clause. AFMC FARS 5352.209-9002 and 5352.209-9003. Also, firms are advised to review the referenced OCI clauses and include a subsequent acknowledgement and statement of understanding of the OCI clauses as the last item in the SF 330 Part I, Block H. Failure to include this signed statement in the SF 330 will negate consideration of the firm for this solicitation. Personal visits to discuss this announcement WILL NOT BE SCHEDULED. Government Point of Contact: Contracting: Julie Kocinski, (478) 926-7988
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/ReferenceF3Q2AH9140A001JK/listing.html)
 
Place of Performance
Address: ROBINS AFB GA, ROBINS AFB, Georgia, 31098, United States
Zip Code: 31098
 
Record
SN01849248-W 20090620/090618235544-2fad1b1b9f4f761b209a7bd84f0620aa (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.