SOLICITATION NOTICE
C -- Architect and Engineering Services
- Notice Date
- 9/9/2009
- Notice Type
- Presolicitation
- Contracting Office
- 55 Broadway; Cambridge, MA 02142
- ZIP Code
- 02142
- Solicitation Number
- DTRT57-09-R-20040
- Response Due
- 10/15/2009
- Archive Date
- 10/15/2010
- Point of Contact
- Point of Contact -John Huss, Contracting Officer, 617-494-2670
- E-Mail Address
-
Contracting Officer
(John.Huss@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- 1. DESCRIPTION The John A. Volpe National Transportation Systems Center (Volpe Center) announces a Request for Qualifications for Architect and Engineering (A&E) firms interested in contracting with the Volpe Center to provide A&E services for environmental projects outside of New York and New England. The objective of this procurement is to acquire A&E services in support of the Volpe Center in two major environmental compliance areas: ?Area 1: National Environmental Policy Act of 1969 (NEPA) Compliance?Area 2: Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), Resource Conservation and Recovery Act (RCRA), and other (non-NEPA) Compliance. A&E services in the above two environmental compliance areas may include tasking related to air pollution; safe drinking water; wastewater and storm water; solid waste management; hazardous and toxic waste management, pollution prevention, waste reduction & recycling; emergency planning and community relations/right-to-know; soil, groundwater and surface water; natural resources and endangered species; historic and cultural resources; underground and above ground storage tanks; asbestos; lead-based paint; radon; pesticides; environmental noise; environmental aspects of the occupational safety and health act; environmental program support; environmental compliance reviews; environmental management and information systems; energy and water conservation and management; environmental risk assessment; environmental performance measures; field activities; surveys and mapping; submittal reviews; meeting support and/or other related support. Additionally, the (non-NEPA) compliance work may include tasking in any of the environmental specialties identified above. The Volpe Center supports work in these environmental compliance areas for a variety of sponsors including the Federal Aviation Administration (FAA), The Environmental Protection Agency (EPA), the National Park Service (NPS) as well as other Federal and state agencies. The nature of the work is best illustrated by two ongoing projects, the FAA and NPS Air Tour Management Program that is an Area 1 type project and EPA?s Libby, Montana Asbestos Project that is an Area 2 type project. 2. EXISTING PROJECT INFORMATION: The National Parks Air Tour Management Act of 2000 requires the Federal Aviation Administration, in conjunction with the National Park Service, develop an Air Tour Management Plan (ATMP) to regulate commercial air tour operations for each unit of the National Park System or abutting tribal land where operations occur or are proposed. An Environmental Assessment or Environmental Impact Statement will be completed for each ATMP pursuant to the requirements of the National Environmental Policy Act (NEPA). An Offeror must have the capability to work at twelve or more parks simultaneously, in remote locations, across a vast geographic area, and to provide a wide variety of architect and engineering skills for program management, environmental analysis, and NEPA compliance. The Libby Asbestos Project requires architect and engineering support for the development of health and safety plans, conduct of sampling, air monitoring, analysis, engineering design, community involvement activities, and construction oversight. An Offeror must have the capability to support simultaneous activities at multiple Libby removal sites frequently having short turnaround times and also have significant multi-disciplinary on-site and off-site professional resources assigned to the project. The majority of the work will be performed throughout the contiguous United States; however, travel to Alaska and Hawaii may be required. The contractor(s) shall provide the necessary personnel, facilities, materials, equipment, and services as described by individual task orders in areas described above, as well as other related environmental services 3. SELECTION CRITERIA: The selection process will be in accordance with Federal Acquisition Regulation Part 36 and Transportation Acquisition Regulation Part 36. The following selection criteria, listed in order of importance, will be used in the evaluation of the A&E Offerors: (1) Professional qualifications of the proposed team necessary for satisfactory performance of required services. At a minimum, key personnel are defined as Program Manager, Finance and Administration Manager, no more than 2 Project Managers for Area 1, no more than 2 Project Managers for Area 2, no more than 2 Task Order Managers for Area 1 and no more than 2 Task Order Managers for Area 2 to be assigned to this contract. (2) Specialized experience and technical competence in the type of work required. (3) Capacity to accomplish the work required in a timely fashion. Offerors may be expected to have personnel on-site within one week of each task order award. Demonstrate the ability to complete several multidisciplinary contract task orders concurrently (i.e., the impact of this potential workload on the Offeror?s permanent staff, anticipated workload during the contract period, and the Offeror?s history of successfully completing work in compliance with performance schedules). Indicate the Offeror?s present and projected workload, and the availability of the proposed team members (including subcontractors) for the specified contract period. Demonstrate how the Offeror will manage and coordinate the work of its staff and its subcontractors to produce integrated, cost effective solutions to task order assignments. (4) Past performance of the proposed team on similar projects during the last five years in terms of quality of work, cost control, and timeliness of performance. (5) Location in the general geographic area of the contract work and knowledge of the locality of the contract. 4. CONTRACT INFORMATION: Offerors determined to be the most qualified in response to this presolicitation notice will be invited to provide oral presentations. An Offeror may be invited to present an oral presentation for only Area 1, only Area 2, or both Areas 1 and 2. Following the evaluation of oral presentations, Offeror(s) will be selected to submit cost proposals. An Offeror may be invited to submit a cost proposal for only Area 1, only Area 2, or both Areas 1 and 2. Any resulting contract(s) will be an Indefinite Delivery/Indefinite Quantity (ID/IQ) Contract. Cost Plus-Fixed-Fee and Firm Fixed-Price type task orders may be issued for a period of five (5) years and the cumulative total of all task orders shall not exceed $100,000,000. A cumulative total of $40,000,000 will be allocated to Area 1 and a cumulative total of $60,000,000 will be allocated to Area 2. The Offerors receiving a contract award will be guaranteed a minimum of $2,500. While 2 -3 awards for each area are anticipated, the Government reserves the right to award more or less or no contracts if in the best interest of the Government. An Offeror may be awarded a contract for only Area 1, only Area 2, or both Areas 1 and 2. The NAICS Code is 541330 and the small business size standard is $4.5M. Large business Offerors are encouraged to include a high percentage of small business firms in their team composition. If a large business Offeror is selected for a contract, it must comply with FAR Clause 52.219-9 regarding the requirement for subcontracting plan. The plan is not required as part of this submittal.5. SUBMISSION REQUIREMENTS: Offerors interested in providing A&E support services to the Volpe Center for Environmental Compliance Area 1 only, or Area 2 only, or both Area 1 and 2, as defined above, are to submit six (6) copies of completed form SF330, Architect-Engineer Qualifications Parts I and II no later than 2:00 PM EDT on October 15, 2009 to the attention of John Huss, RVP-31, 55 Broadway, Kendall Square, Cambridge, MA 02142. The completed SF 330, Part 1 ? Contract Specific Qualifications shall not exceed 35 printed pages total for responses that address both Area 1 and 2. Information provided shall be clearly identified as applicable to Area 1, or Area 2, or both Areas 1 and 2. The page count shall not exceed 25 pages for Part 1 responses that address only Area 1. The page count shall not exceed 25 pages for Part 1 responses that address only Area 2. Double-sided pages shall be counted as two pages. Pages shall be 8 ? x 11 inch stock in portrait orientation. Print should be Times New Roman, 12 point font. Any additional items, either not requested, or in excess of the above specified page limits, or in the incorrect format, will not be included in the evaluation process. There is no specific page limit on Part II ? General Qualifications. The format for Part II will be the same as for Part I. Electronic responses will not be accepted. Late responses will be handled in accordance with FAR 52.214-7, Late Submissions, Modifications, and Withdrawals of Bid. No materials will be returned. Do not fax or e-mail any material. This is not a request for proposal. Offerors may send e-mail questions to the contracting Officer?s e-mail address listed below. Questions will be accepted through September 24, 2009, 2:00 PM EDT. Telephone calls will not be accepted. Point of Contact is John Huss, Contracting Officer, (617) 494-2670, FAX (617) 494-3024 Email john.huss@dot.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/RITA/VNTSC/DTRT57-09-R-20040/listing.html)
- Record
- SN01948304-W 20090911/090910002301-4de0aa748e5201fb9998fef9a623acb2 (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 |