SOLICITATION NOTICE
C -- AE HTRW SERVICES
- Notice Date
- 12/1/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Alaska, ATTN: CEPOA-CT, P. O. Box 6898, Elmendorf AFB, Alaska, 99506-6898, United States
- ZIP Code
- 99506-6898
- Solicitation Number
- W911KB-11-R-0011
- Archive Date
- 6/30/2011
- Point of Contact
- Crystal D Labrecque, Phone: 907-753-5578, Michael D. Suprenant, Phone: 907-753-2555
- E-Mail Address
-
crystal.d.labrecque@usace.army.mil, Michael.D.Suprenant@usace.army.mil
(crystal.d.labrecque@usace.army.mil, Michael.D.Suprenant@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 1. CONTRACT INFORMATION: This Indefinite Delivery contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The services will consist of planning and design for cleanup of unsafe, hazardous, toxic, and radiological wastes, and debris at various locations in Alaska. No additional information shall be provided and no solicitation will be issued. This announcement is set-aside for small business under the North American Industrial Classification System Code NAICS 541620, which has a Small Business Size Standard of $7,000,000 in average annual receipts. To be eligible for contract award, a firm must be registered in the DOD Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA). Register via the CCR Internet site at http://www.ccr.gov or by calling the CCR Assistance Center at 888-227-2423 or 269-961-5757. For ORCA, register at https://orca.bpn.gov/login.aspx. No more than one contract will be awarded. The contract type shall be indefinite delivery; firm fixed price with a contract limit of $7,500,000 over five years. The minimum guaranteed amount is $10,000. There is no specific task order limit except the limit of the contract. The contract award is anticipated for second quarter of calendar year 2011. This District currently has contracts in place for like services. The allocation of requirements between contracts will be based on the assessment of best value for the Government, and may include a unilateral assessment by the Government of any or all of the following unranked issues: a. Equitable allocation of work among contracts; b. Specific and unique capabilities, c. Apparent capacity of the contractor to perform the anticipated type of work; d. Historical work performance to include timeliness e. Ability to accomplish the order in the required time and meet required delivery schedules; f. Experience and/or ongoing work (locality and/or type);understanding of local factors and geography. g. Remaining capacity to include potential impact on other orders placed with the contractor. h. Understanding of local factors geography; i. Remaining contract capacity; j. Potential for on-going work from the task order; k. Cost to attend meetings, mobilize/demobilize, etc.; l. Potential variability of work; m. The amount of time contractors need to make informed business decisions on whether to respond to potential orders n. Ease of negotiation completion; and o. Available personnel. All responders are advised that this contract may be canceled or revised at any time during the synopsis, selection, evaluation, negotiation, and final award. In addition, no projects are yet authorized and no funds are presently available. This synopsis does not guarantee work to the selected firm. Interested firms shall respond by submitting a SF 330 listing their qualifications in accordance with the instructions below. Submittals must be received at the address indicated above not later than 2:00 pm Alaska time on 6 January 2011. Part I of the SF 330 must be submitted by the Prime contractor. Part II of the SF 330 will be considered submitted if a current version (updated within the 36-[per FAR 36.603(d)(5)] month period prior to the date for receipt of submissions) of the Part II information has been uploaded to the Online Representations and Certifications Application (ORCA) website. Part II may also be submitted with Part I. If Part II is submitted with Part I the Government will not download nor evaluate Part II from ORCA. When Part I and Part II of the SF 330 are both provided only the information submitted will be evaluated. Responding firms must address each discipline, clearly indicate which shall be subcontracted, and provide a separate SF330, Part II, for each subcontractor. Please contact the Administrative POC above if you require further explanation. 2. PROJECT INFORMATION: The selected A-E firm would be required to have sufficient staff, flexibility, and capability to be available on an as-needed basis. The Corps HTRW program covers planning and design for cleanup of unsafe, hazardous, toxic, and radiological wastes, and debris at various locations in Alaska. The selected firm must have the skills for and may perform any or all of the following tasks: technical expertise in all phases of environmental and HTRW management; chemical sampling; resource and regulatory agency coordination; RCRA/CERCLA/SARA/TSCA compliance as appropriate for specific sites or projects; community relations; developing conceptual site models; supervising and performing assessments; site investigation; remedial investigation/feasibility studies; debris inventory; establishment of Data Quality Objectives (DQOs); developing and implementing sampling, chemical QA/OC, and health and safety plans; assessment of chemical data quality and development of chemical quality assurance reports, reviewing and interpreting chemical sampling analysis, and developing alternative cleanup levels; performing hazard assessments; selecting the most appropriate, cost effective remedial action; scoring the site using the EPA Hazard Ranking System (HRS); preparing remedial action plans and cost estimates; perform chemical data validation that complies with current USEPA Level IV functional guideline requirements; perform underground storage tank assessment work (requires Quality Assurance Program Plan (QAPP) approved by the Alaska Department of Environmental Conservation); and technical support during the construction phase. The selected firm must demonstrate the ability to provide survey-quality computer aided drafting (CAD) drawings in *.dwg format and all support files that conform to and are compatible with the Alaska District CAD systems through the life of this contract, as appropriate. This includes proficiency with U.S. National CAD Standards. The selected firm must also demonstrate the ability to provide geographic information systems (GIS) deliverables compatible with ArcGIS (ESRI) software. Proficiency with the following GIS files is expected: *.mxd files, shapefiles, geodatabases, coverages, and raster imagery, as appropriate. Proficiency with the following GIS work processes is expected: GPS field data collection and processing, datum and coordinate system transformation, georeferencing and rectification, geodatabase development, Spatial Data Standards for Facilities, Infrastructure, and Environment (SDSFIE), and metadata preparation using Federal Geographic Data Committee (FGDC) standards. Laboratories performing analyses in support of this contract must have an established and documented laboratory quality system that conforms to ISO/IEC 17025:2005 as implemented by the DoD Quality Systems Manual for Environmental Laboratories (latest version). The laboratory's authorized contract representative and t he laboratory Quality Assurance Officer (however named) must declare laboratory conformance to the DoD QSM (latest version). Laboratories must be accredited for each applicable test method, by a nationally recognized laboratory accreditation body (e.g. NELAP), compliant with ISO/IEC 17011:2004. All laboratories must demonstrate the ability to generate acceptable results from the analysis of proficiency-testing (PT) sample(s), subject to availability, using each applicable method in the specified matrix. Upon request, laboratories must make available to the Department of Defense, the results of all PT samples analyzed by the laboratory during the period of performance. The Contractor shall ensure the laboratory makes appropriate documentation available to the Government Chemist/QAM. All laboratories are subject to on-site assessments by authorized representatives of the Department of Defense. 3. LOCATION: Primarily Various Locations, Alaska. 4. SELECTION CRITERIA: A firm's submission should be tailored to the requirements of the acquisition. Resumes submitted should reflect those individuals that would perform the work if awarded a contract. Unnecessary resumes beyond those sufficient to present a complete and effective response are not desired. The following selection criteria are listed in descending order of importance. Criteria (A)-(E) are primary selection criterion: (A) Minimum requirements for professional qualifications. A-E firms need to show the organization of the team that will support the HTRW contract by including a graphical depiction of the team's organization. The A-E firms need to show the qualifications of the staff on that team in the resumes. The same person can meet the experience requirements of more the one position. Resumes that do not reference one of the positions listed below in section E-12 "Role in this contract" will not be reviewed. •(1) Program Manager: One (1) Senior level staff with a minimum of 10 years of professional experience of which 5 years are specifically related to environmental and HTRW activities. This person will be responsible for overall management of the HTRW contract, including quality assurance and quality control of all deliverables. •(2) Project Manager(s) with a minimum of 6 years of professional experience of which 3 years are specifically related to environmental and HTRW activities. This person(s) will be responsible for management of one or more task orders issued on the HTRW contract. •(3) Senior chemist(s) with a minimum of 5 years experience with EPA and ADEC test methods; •(4) Professionally registered engineer(s) (either Civil, Environmental, or Chemical Engineer) with a demonstrated background in environmental engineering, site investigations and remediation. •(5) Field Manager(s) with a minimum of 6 years of professional experience of which 3 years are specifically related to environmental and HTRW activities. This person will be responsible for preparing for and executing investigation activities conducted on-site. •(6) Industrial hygienist(s); •(7) Registered geologist/groundwater hydrologist(s); •(8) Environmental consultant(s) skilled in public involvement and community relations, with emphasis on rural Alaska communities; and •(9) Biologist(s) experienced with ecological assessment of hazardous waste sites under CERCLA; NOTE: AE Firm(s) should be multi-disciplined in the environmental field but may subcontract certain specialized work such as: underground storage tank assessment work; preparation of risk assessments and treatability studies; and chemical data validation. Responding firms must address each discipline, clearly indicate which shall be subcontracted, and provide a separate SF330 Part II for each subcontractor. (B) AE firms shall show specialized experience and technical competence in: Preparing planning documents for executing environmental investigations. Performing field work typically need for HTRW sites. Preparing remedial investigation and feasibility studies, and performing other technical work necessary for sites regulated by CERCLA, RCRA, and ADEC. (C) AE firms shall show capacity to maintain schedules and accomplish required work in the required time; (D) AE firms shall show past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with schedules; (E) Knowledge of the Locality. NOTE: Criteria (F)-(G) are secondary and will only be used as 'tie-breakers' among firms which are rated as technically equal after the interview phase of the selection process. The secondary selection criteria in descending order of importance are: (F) Geographic Proximity. (G) Volume of DoD contract awards over the past 12 months. Describe the nature of work performed for each contract and the dollar amount. 5. SUBMISSION REQUIREMENTS: Firms submitting their qualifications should provide ONLY 1 copy and must include the following additional information as indicated: a) Part I, block c (11): include if previously worked with subcontractor and estimated percentage involvement for each team member; b) Part I, block F (24): include separate values for professional fee and construction for each project identified; and c) Part I, block H (3): address how your team meets each selection criterion. Include an organization chart of the key personnel to be assigned to the project. The 6/04 edition of the SF330 MUST be used, and may be obtained from the Government Printing Office at: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF or from commercial software suppliers for use with personal computers and laser printers in both Adobe Acrobat PDF and Form Flow formats. Part I-H of the SF 330, describe the firm's overall Design Quality Management Plan. A detailed contract-specific Design Quality Management Plan, which includes quality control and quality assurance plans, must be prepared for Government approval as a condition of contract award, but is not required with this submission. Part I of the SF 330 must be submitted. Part II of the SF330 must be either submitted with Part I or the Part II will be considered submitted if a current version (updated within the 36-month period prior to the date for receipt of submissions) of the Part II information has been uploaded to the Online Representations and Certifications Application (ORCA) website. Submittals must be received at the address indicated above not later than COB (2:00 p.m. Alaska time) on the above response date. Any submittals received after this date will not be considered. Note regarding hand carried submittals, express mail or mail delivered commercially: VISITORS TO JOINT BASE ELMENDORF-RICHARDSON (JBER): BE ADVISED THAT DUE TO BASE SECURITY MEASURES, YOU WILL NEED EXTRA TIME TO PROCESS THROUGH THE GATE. If a firm does not have a current pass to gain entry to the base, the firm must request a day pass to deliver the submittal by using the following procedures: No later than 4 January 2011 the firm must provide the solicitation number, name of person or persons delivering the proposal, and name of employer. This information must be forwarded electronically to the POC's identified herein or faxed to 907/753-2544. This will be a day pass only. All passes are issued at the Boniface Gate, JBER, only. Each driver must provide a valid driver's license, proof of current insurance, current IM certificate, and current valid vehicle registration. All passengers are also required to provide a picture I.D. Requests forwarded after this date will not be considered. Contracting Division point of contact/telephone number: For a day pass request, please contact Michael D. Suprenant at 907-753-2555 or e-mail request to Michael.D.Suprenant@usace.army.mil. Alternate points of contact are Crystal D. Labrecque, at 907-753-5578 or e-mail request to Crystal.D.Labrecque@usace.army.mil and Mary J. Abbott, at 907-753-2756 or e-mail requests to Mary.J.Abbott@usace.army.mil. Requests forwarded after this date will not be considered. No additional information shall be provided, and no faxed or e-mailed submittals shall be accepted. This is not a request for proposal.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-11-R-0011/listing.html)
- Place of Performance
- Address: Primarily Various Locations, Alaska, JBER, Alaska, 99577, United States
- Zip Code: 99577
- Zip Code: 99577
- Record
- SN02335808-W 20101203/101201233948-645657df3ea576bb18c642187a39d4cb (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 |