DOCUMENT
C -- Environmental/Historic Services - IDIQ - Unrestricted Procurement - Attachment
- Notice Date
- 7/21/2011
- Notice Type
- Attachment
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- Department of Veterans Affairs;Office of Construction and;Facilities Management (00CFM3B);811 Vermont AVE, NW;Washington DC 20420
- ZIP Code
- 20420
- Solicitation Number
- VA10111RP0155
- Response Due
- 8/26/2011
- Archive Date
- 10/10/2011
- Point of Contact
- Susan Lam
- Small Business Set-Aside
- N/A
- Description
- THIS IS A UNRESTRICTED PROCUREMENT UNDER RFP VA-101-11-RP-0155 ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT. THERE IS NO SEPARATE RFP PACKAGE TO DOWNLOAD. Environmental/Historic Services are required through a number of multi-disciplined Environmental/Historic Services Indefinite Delivery/Indefinite Quantity Contracts with the Department of Veterans Affairs (VA), Office of Construction & Facilities Management. Offerors selected under this IDIQ Contract for Environmental/Historic Services will provide services within VA's three regions (Western, Eastern and Central) located throughout the United States (see chart below). This multiple award may consist of Small Businesses (SDVOSB, VOSB, WOSB, 8(a), HubZone and Small Businesses) and Large Businesses. The offerors must have BOTH APPROVED NAICS Code of 541620 and 712120. The intent is to award two (2) contracts per Region; however, awards may vary dependent on the interest shown, but will be at the government discretion. This contract will have a base period of one (1) year and four (4) one-year option periods, at the discretion of the Government. The minimum guaranteed amount for the base period is $1,000.00. The contract will be a firm fixed-price IDIQ contract with a maximum amount of $10,000,000.00 over the contract period. The determination of acquisition strategy lies solely with the Government. The Offeror must have an established working office within the Region, at the time of submission. The Offeror must be capable of responding to and working on multiple task orders concurrently. Project sites will be located within the Region. The Offeror or team should have at least the following licensed/registered specialty disciplines as members of the offeror or team, either in-house or through consultants, with demonstrable expertise in their respective fields: (1) Archaeologist; (2) Landscape Architect: (3) Hydrologist; (4) Civil Engineer; (5) Mechanical Engineer; (6) Historian; (7) Environmental Specialist; (8) Environmental Engineer; (9) Chemical Engineer; (10) Natural Resource Specialist; (11) Historic Preservation Specialist; (12) Wetlands Specialist; (13) Wildlife Biologist; (14) Geologist; and (15)Environmental Planner. Task orders will include Environmental/Historic Services work for the Veterans Benefit Administration (VBA), Veterans Health Administration (VHA), and National Cemetery Administration (NCA). The offeror or team must have experience with Environmental/Historic Services from its initial conception through completion of documentation. Only Offeror or teams, demonstrating the above capabilities and a planned approach to perform contract services should respond. (Members of the offeror or team should be licensed or registered in the state (as applicable) where the project or task order is being issued, but this requirement will be at the discretion of the contracting officer depending on the complexity of the task order). These multiple-award contracts are for environmental services and historical services under indefinite quantity indefinite delivery, firm-fixed price type contracts for all VA's new and existing facilities. This includes: Task 1: ENVIRONMENTAL ASSESSMENT Prepare an Environmental Assessment (EA) to determine the potential environmental consequences of an action. The purpose of the EA is to ensure VA compliance with the regulations set forth by the Council on Environmental Quality provisions of the National Environmental Policy Act (NEPA), Title 40 CFR Parts 1500 1508; and VA Implementing Regulations, Environmental Effects of VA Actions, Title 38 CFR, Part 26 (51 FR 37182, Oct. 20, 1986). Particular attention should be directed to the environmental assessment definition..."a concise public document that serves to: briefly provide sufficient evidence and analysis for determining whether to prepare an environmental impact statement or a Finding Of No Significant Impact (FONSI)" (NEPA Part 1508.9). Task 2: ENVIRONMENTAL IMPACT STATEMENT Prepare an Environmental Impact Statement (EIS). The EIS may be initiated directly or as a continuation of an Environmental Assessment which did not result in FONSI. In addition to the items and requirements listed under Task 1 Environmental Assessment above, the EIS task shall include support for Public Scoping Meetings, preparation and posting of Notices in Federal Register, submittals to, and interaction with the US EPA and other governmental agencies. Task 3: ENVIRONMENTAL SITE ASSESSMENT Conduct a Phase I Environmental Site Assessment (ESA) of a property with respect to the range of contaminants within the scope of Comprehensive Environmental Response, Compensation and Liability Act (CERCLA) (42 U.S.C. 9601) and petroleum products. The purpose of the ESA is to satisfy one of the requirements to qualify the US Department of Veterans Affairs (VA) for the innocent landowner, contiguous property owner, or bona fide prospective purchaser limitations on CERCLA liability (hereinafter, the "landowner liability protections," or "LLPs"), i.e. "all appropriate inquiry into the previous ownership and uses of the property consistent with good commercial or customary practice" as defined at 42 U.S.C. 9601(35)(B). The ESA will be in accordance with the American Society of Testing and Materials (ASTM) Standard Practice: Phase I Environmental Site Assessment Process (ASTM Designation: E1527-05) and shall include the following minimum requirements: 1)On-site reconnaissance and physical inspection of the entire property; 2)Review of state and federal lists of known contaminated sites, hazardous materials users, spills and underground tanks 3)Interviews with persons as knowledgeable of the property, representatives of the public, property management, and regulatory agencies; 4)Evaluation of nearby operations for their potential to affect subject property; 5)Review of any existing environmental documents for the project area; and, 6)Current and former uses shall be described and evaluated with respect to potential for environmental degradation. Conduct follow-on Phase II Environmental Site Assessment sampling as appropriate including use of field sample measuring instruments, soil boring equipment, dosimeters, collection of samples for laboratory analyses Task 4: WETLANDS DELINEATION/SECTION 401/SECTION 404 CONSULTATION Conduct an evaluation for the presence and jurisdictional boundaries of wetlands as described in the 1987 United States Army Corps of Engineers (USACE) "Corps of Engineers Wetlands Delineation Manual." Tasks include but not limited to research and assemble readily available information (such as soil surveys, topographic maps, historic and current aerial photographs, and National Wetland Inventory maps, to preliminarily identify potential on-site wetlands and streams, etc.), field-flagging (including survey of the field flags), preparation of report and consultation with the USACE and other local agencies. Task 5: MIGRATORY BIRD TEATY ACT & ENDANGERED AND THREATENED SPECIES ACT Consult with the US Fish and Wildlife Service (USFWS) and other State and local agencies in accordance with the National Environmental Policy Act (NEPA). Consultant will research and assemble readily available information to identify potential site usage patterns by migratory species and prepare necessary report. ? Task 6: GROUNDWATER FEASIBILITY STUDY/WATER RESOURCES ANALYSIS/WELL DRILLING Perform a Groundwater Feasibility Study to determine quantity and quality of groundwater in accordance with the American Water Works Association Standard A100- 97. Specific work items include but not limited to: 1) Well Inventory: Perform an inventory of public and private water systems that may be impacted by ground water withdrawals from the proposed on-site well; 2) Monitoring Network Development: Coordination with regulatory agencies, as required, including acquiring of all necessary permits; 3) Well Location Survey; 4) Pilot Well Drilling: Determine well yield and provide drilling oversight; 5) Step-drawdown test; 6) Constant Rate Pumping test; 7) Data Analysis and Preparation of Ground Water Supply Report. Task 7: SUB SURFACE INVESTIGATION (GEO TECHNICAL SURVEY) Perform subsurface investigations to determine the suitability of a site in constructing various structures. Investigations to include but not limited to site reconnaissance, laboratory examinations, physical and chemical analyses, ground penetrating radar (GPR) and soil borings. Task 8: CULTURAL RESOURCES DOCUMENTATION (HABS, HAER, HALS) Perform cultural resource documentation and/or recordation report(s) such as Historic American Buildings Survey, Historic American Engineering Record, Historic American Landscape Survey (HABS/HAER/HALS). Task 9 NATIONAL REGISTER OF HISTORIC PLACES Perform National Register of Historic Places determinations of eligibility and nominations. Task 10: CULTURAL & ARCHAEOLOGICAL RESOURCE SURVEY/ CONSULTATION SUPPORT Perform cultural and archaeological studies to identify possible historic resources sites in the area(s) of potential effects (APE) and to determine the effects of potential actions on the human environment under the National Environmental Policy Act (NEPA) and on historic resources under Section 106 of the National Historic Preservation Act (NHPA). Requirements include, but not limited to, archival research, Indian Tribal coordination, coordination with local interests, fieldwork, documentation, evaluations, sub-surface probes, etc. Provide Section 106 and/or 110 consultation support services working with SHPOs, THPOs, ACHP, Tribes, other groups or public entities to complete proposed project review process. Assistance with implementing agreed upon mitigation measures. Task 11: OTHER SERVICES 1)Perform Visual Impact Assessment. 2)Prepare regulatory compliance/permitting report detailing descriptions of regulatory compliance requirements, process, timelines, costs, etc.). 3)Prepare for submission environmental permit applications for new or modified permits. 4)Provide technical support for execution and documentation of required mitigative measures during project construction. 5)Provide Unexploded Ordnance (UXO) and/or comprehensive hazardous material (e.g. asbestos/lead paint/landfill) survey. Provide a design that will support the removal, demolition, and disposal of the UXO and hazardous materials in accordance with applicable laws and regulations. 6)Perform Boundary/ALTA Survey/Title Search/ Title Work required for the legal transfer of real property. 7)Perform Topographic Survey. 8)Conduct Biological Assessments in accordance with US F&W requirements. 9)Prepare or update various required environmental site-specific plans such as Soil & Erosion Control Plan (S&E); Spill Prevention, Control and Countermeasure Plan (SPCC); Environmental Management System (EMS). Offerors shall demonstrate company's compliance with the Cost Accounting Standards in accordance with FAR Part 42. Proposals will be evaluated on each of the criteria factors listed below. The Government intends to make multiple awards to the responsible and responsive offeror submitting a proposal that is determined to be most advantageous to the Government based on the best value in accordance with FAR Part 15. The Selection Board will consider the performance risk associated with that team not being co-located in the geographical proximity to the supported projects. The evaluation factors are as follows: I) Technical; II) Past Performance; and III) Price. Factors I and II are of equal importance. Technical and past performance, when combined, are significantly more important than cost or price. All respondents to this Notice shall additionally include a narrative addressing their ability to adequately coordinate and accomplish all requirement environmental and historic services for multiple projects described above in a multi-state area. In this narrative, the respondents shall identify specific expertise retained in-house and also services that would be subcontracted out, to include a list of the subcontractors. Subfactors are in descending order of importance. I) Technical 1a) Professional Qualifications: Submit a matrix of proposed team(s), including alternatives, that contain the following data about the members assignment: members name, firm name, office location, proposed team assignment, percent of time to be spent on this team, education level/discipline (example: BS, environmental engineering), state(s) of professional registration, number of years of professional experience, and number of years with the company. Also for project managers and team leaders, identify the number of teams (consultants and joint venture partners) they have managed over the past five years. 1b) Key Personnel: Resumes for qualified personnel should be presented. All key personnel shall be shown on the organizational chart. Submit an organizational chart with the following submission: Principal point of contact, project manager, team leaders, and the name of each team members, all team member associates, and the name of at least one alternative for each key person. Key personnel in disciplines that are required to be licensed, registered, and/or certified, as applicable. Resumes shall be provided for other key personnel. Demonstrate commitment and use of small business concerns as sub-consultants on this contract. Provide a chart with each small business category; identify the proposed names of the small businesses and subcontracting percentage the prime anticipates subcontracting to each firm.1c) Specialized Experience: Provide a description of germane, recent projects, with clients, for which the team members provided a significant technical contribution. Work on these projects must have been within the last five years. Indicate how each project is relevant to the work described herein. 1d) Capacity: Demonstrate your company's ability to accomplish multiple, large and small projects simultaneously; as such would be required under this IDIQ contract. Show your ability to respond to multiple and varied assignments simultaneously in several states utilizing all the engineering disciplines required by the scope of work. Provide evidence that your company is permitted by law to practice the professions of architecture or engineering, i.e., state registration number. For SDVOSB's, in accordance with FAR 52.219-27 (c)(1) Offerors must demonstrate their capability and capacity to do at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other service-disabled veteran owned small business concerns. For VOSB, WOSB, 8(a), Hubzone and Small Businesses, in accordance with FAR 52.219-14 (b)(1) Offerors agrees that in performance of the contract in the case of a contract for Services, at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. 1e) Location: Provide your current office location. Office must be established at time of submission and provide supporting documents validating your existence at the location. Provide a list of recent projects performed by the firm or joint venture partners and appropriate subcontractors in the areas of responsibility (West, Central, East,) that you are proposing. 1f) Volume: Volume of work previously awarded to your company by the Department of Veterans Affairs. Interested company's must list on a separate sheet of paper with the amount and dates of all fees for Environmental and Historic Services awarded and negotiated with awards pending between 2007 and the present. 2) Past Performance: Provide a tabular listing of all performance ratings and letters of commendation from both private and Government clients, including VA (designate your role: prime, consultant or joint venture partner). These ratings should be dated 2007 or later and include the following data: current client contacts, project due date, design completion date and final cost estimate compared to the contract award amount (note whether bid or negotiated). The contracts for the Western Region will be for Department of Veterans Affairs installations and activities in the Western Area of responsibility (WA, OR, CA, ID, NV, AZ, MT, WY, UT, CO, NM, AK and HI). The contracts for the Central Region will be for Department of Veterans Affairs installations and activities in the Central Region area of responsibility (ND, SD, NE, KS, OK, MN, IA, MO, AR, LA, WI, IL, KY, TN, IN, MI, OH, TX and MS). The contractors for the Eastern Region will be for Department of Veterans Affairs installations and activities in the Eastern Area of responsibility (ME, VT, NY, NH, MA, CT, RI, NJ, PA, MD, DE, DC, WV, VA, NC, SC, GA, FL, PR and AL). The contractor(s) may also, on occasion be tasked to provide the services described herein outside the region. These projects will be assigned on an exception basis as determined by the Contracting Officer. SUBMISSION REQUIREMENTS: Interested sources are invited to respond to this announcement by indicating which Region or Regions your firm is interested in, and providing two (2) CD's and one (1) original RFP package including an original SF 1449. Please include your DUNS, CAGE, and TIN numbers in Block 17a of the SF 1449. The CDs and Original proposal package must be received not later than 2:00 p.m. local time of that Region(s) on September 19, 2011. Submittals received after this date and time will not be considered and will be handled in accordance with FAR 52.215-1. The NAICS Code is BOTH 541620 and 712120 and the Size Standard is $7.0M. Offerors must be registered in the Central Contractor Registration (CCR) database in order to participate in this procurement. Include contact name, phone number, fax number and email address on the SF 1449. If you are submitting for more than one region, you are hereby required to submit a package to that Region(s) to be considered. Submit an original and 2 CD's, label lower right hand corner of outside mailing envelope with: Environmental/Historic Services IDIQ - VA-101-11-RP-0155. The submittal package(s) are to be sent to the following region(s) to be considered: Department of Veterans Affairs, Office of Construction & Facilities Management Attn: Mr. Frank Clemmons (Western) 1175 Nimitz Avenue Suite 200 Vallejo, CA 94592 Department of Veterans Affairs, Office of Construction & Facilities Management Attn: Mr. Bob Kellner (Central) 3001 Green Bay Road, Building 48 North Chicago, IL 60064 Department of Veterans Affairs, Office of Construction & Facilities Management Attn: Mr. Jose Bumbray (Eastern) 8380 Colesville Road, Suite 420 Silver Spring, MD 20910 For additional clarifications and questions on this procurement (Pre-award), please email to susan.lam@va.gov no later than August 26, 2011 with the Subject line: Environmental/Historic Services -VA-101-11-RP-0155. It is recommended that you do not contact the VA Representative at the receiving office until after submission.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10111RP0155/listing.html)
- Document(s)
- Attachment
- File Name: VA-101-11-RP-0155 VA-101-11-RP-0155 PRESOLICITATION NOTICE.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=221770&FileName=VA-101-11-RP-0155-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=221770&FileName=VA-101-11-RP-0155-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA-101-11-RP-0155 VA-101-11-RP-0155 PRESOLICITATION NOTICE.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=221770&FileName=VA-101-11-RP-0155-000.docx)
- Record
- SN02506181-W 20110723/110721235112-eb03039e909e01034548b3b2c28c4157 (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 |