Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2012 FBO #3945
SOLICITATION NOTICE

C -- A-E Environmental Support Services in State of Alaska

Notice Date
9/10/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Shore Maintenance Command (SMC), 915 Second Avenue, Room 2664, Seattle, Washington, 98174-1011, United States
 
ZIP Code
98174-1011
 
Solicitation Number
HSCG50-12-R-P43K12
 
Point of Contact
Kristina M. Meabon, Phone: (206) 220-7411, Mark W. Snell, Phone: 2062207413
 
E-Mail Address
kristina.m.meabon@uscg.mil, mark.w.snell@uscg.mil
(kristina.m.meabon@uscg.mil, mark.w.snell@uscg.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Indefinite Delivery Indefinite Quantity Contract for A-E Environmental Support Services to the United States Coast Guard Shore Maintenance Command (SMC) in the State of Alaska. Solicitation Number: HSCG50-12-R-P43K12 Agency: United States Coast Guard Office: Shore Maintenance Command Location: State of Alaska ________________________________________ General Information Document Type: Combined Synopsis/Solicitation Solicitation Number: HSCG50-12-R-P43K12 Original Posted Date: September 10, 2012 Posted Date: September 10, 2012 Response Date: October 25, 2012 Archiving Policy: Original Archiving Date: Manual Archive N/A Original Set-Aside: Set-Aside: Classification Code: None. 8(a) Set-aside C -- Architect and Engineering Services NAICS Code: 541-Professional, Scientific, and Technical Services/541330 -- Engineering Services Synopsis: ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM (SF) 330, ARCHITECT-ENGINEER QUALIFICATIONS, IS CONTAINED HEREIN. THERE IS NO SEPARATE Request for Proposal (RFP) PACKAGE TO DOWNLOAD. 1. 8(a) Small Business Set-aside. a. This proposed contract is being solicited as 100% set-aside for 8(a) small businesses; therefore, replies to this notice are requested from only 8(a) small business concerns. The appropriate NAICS for this contract is 541330. The small business size standard classification for this contract is $14,000,000. Per FAR 52.219-14(c) (1), at least fifty (50) percent of the work shall be performed by the prime consultant. If applicable, Joint Venture agreements must be approved prior to SF 330 submission and must be recognized by the SBA as attaining 8(a) status. 2. Description of Work. Work includes but is not limited to the following: 1. Description of Work: The work to be performed under this contract consists of providing environmental A-E services to the U.S. Coast Guard Shore Maintenance Command (SMC) in the State of Alaska primarily in Kodiak, in the broad areas of environmental restoration, engineering design, compliance, planning, and sustainability. The work will consist of the following: a. support to operating and newly implemented remedial actions b. environmental data management, including web-based regulatory reporting c. CERCLA/RCRA and state-program assessments, investigations and corrective measure workplans (e.g. RCRA Facility Investigations/Corrective Measure Studies/Corrective Measure Implementation (RFI/CMS/CMI) Reports - includes drafts and revisions) d. environmental multi-media investigation and modeling e. data collection, validation, interpretation, and reporting f. design and execution of treatability studies g. design and execution of pilot and bench studies h. biological assessments and evaluations i. permitting and regulatory support j. development of environmental training curricula and guidance documents k. developing and updating facility environmental plans l. development of construction support documents and environmental engineering and sustainability design m. preparation of evaluations and assessments pursuant to the National Environmental Policy Act n. human health and ecological risk assessment o. hazardous building material surveys and abatement plans p. wetland surveys and mitigation plans q. regulatory permit applications and supporting documentations r. environmental compliance evaluations s. pre-design studies t. biological evaluations and assessments u. completion of environmental compliance audits v. specifications and support of sustainable building practices and energy conservation. 2. Statement of Contractor Services: The Contractor shall provide all necessary personnel, facilities, equipment, materials and laboratory services for multiple task assignments in conjunction with this scope of services. Key personnel used for this effort shall possess appropriate certifications and/or licenses as necessary for performing work at each specific task order location. The Contractor shall ensure that all activities performed by its personnel, subcontractors and suppliers are executed as required in compliance with all applicable environmental and safety laws and regulations and shall meet all relevant, appropriate, and applicable professional standards. Services will be detailed on each specific delivery order. 3. Meetings. The Contractor shall attend meetings with representatives of the Contracting Officer, as specified in each task order. 4. Correction of Final Documents. Following review of final documents and approval, the Contractor shall make all changes and corrections required and resubmit corrected originals and reproducible copies as required by the task order as soon as possible and within the time schedule established in the work order. 5. Responsibility for Correct Documents. The Contractor is expected to review the final product. Corrections and clarifications shall be made by the Contractor if found by the Contracting Officer during the review. Work required for correction or clarification shall be completed and resubmitted within three working days after request for such service is made by the Contracting Officer, unless otherwise specified in the task order scope of work. 6. Extent of Services. a.) The Contractor will provide services as generally described in the Statement of Work of this contract. Individual task orders issued under this contract will describe actual services to be performed for specific projects. b.) A request for Proposal (RFP) will be issued to the Contractor describing the work to be performed when services are required. The Contractor shall respond with a written proposal within 10 calendar days unless otherwise directed. The Contractor's proposal may be accepted by the Government without negotiation as is or negotiated to mutual agreement of both the government and the contractor. A task order will then be issued which will be the Contractor's authority to commence work. 3. Evaluation Criteria. Evaluation and selection will be based on the most highly qualified firm upon evaluation of the selection criteria stated herein. The A-E must demonstrate his/her and each key consultant's qualifications with respect to the published selection criteria for all services. Selection Criteria (1) and (2) are of approximately equal importance; Criteria (3) through (5) are of lesser importance. Specific selection criteria include: 1. Professional Qualifications: The selected firm must have, either in-house or through consultants, the following disciplines: (1) Project Manager; (2) Environmental Engineer, registration required; (3) Human Health Risk Assessor; (4) Biologist; (5) Ecologist; (6) Water Resource and Land-use Planners; (7) Geologist; (8) Civil Engineer, registration required; (9) Certified Industrial Hygienist, certification required; (10) LEED Accredited Professional, certification required; (11) Chemist, with a degree in Chemistry; (12) Real Property Master Planner. Registration is required for the Environmental Engineer and Civil Engineer. Certification is required for the Certified Industrial Hygienist and LEED Accredited Professional. Resumes contained in Standard Form (SF) 330, Part I, Section E, shall be completed for each discipline. Role In This Contract, Block 13 under Part I, Section E must use the same discipline nomenclature as listed in this announcement. If an individual will serve in more than one discipline then those disciplines shall be clearly indicated in Block 13, Part I, Section E. The evaluation will consider education, training, registration, relevant certifications, overall and relevant experience in the listed discipline, and longevity with the firm. 2. Specialized Experience and Technical Competence: Demonstrate breadth, knowledge and experience in the following fields: a. Environmental Engineering i. Performing site assessments and investigations ii. Stormwater pollution prevention plans iii. Designing and implementing various remedial technologies (e.g. air sparging/soil vapor extraction, in situ chemical oxidation, activated carbon filtration, natural attenuation) iv. Assessing and cleanup of various contaminants (e.g. PCBs, chlorinated solvents, metals, petroleum constituents) v. Asbestos and hazardous building material abatement vi. Feasibility studies and cost estimates vii. Construction dewatering b. Environmental Regulatory Programs i. RCRA permitting and corrective action ii. Corps permitting (Section 10 and Section 404) iii. State hazardous waste and cleanup programs (Washington, Alaska, Oregon) iv. Stormwater regulations v. DOD FUDS program vi. Water programs (NPDES permits, multi-sector general, construction) vii. Spill prevention control and countermeasures viii. Air discharge permitting c. Ecological Services/Environmental Planning/Energy and Sustainability i. Biological Evaluations pursuant to Endangered Species Act consultations ii. NEPA Environmental Assessments and Impact Statements iii. Familiarity with CG NEPA implementing instruction iv. Incorporating environmental sustainability and energy conservation, including the LEED certification process and building energy system commissioning 3. Capacity to accomplish the work in the required time: Method of operation and work production which demonstrates: b. Fifty (50) percent of work is performed by the prime consultant per FAR 52.219-14 (c)(1) c. Prime consultant is in control of resourcing d. Prime contractor has past experience working with sub-consultants Items which must be addressed include: (i) Organization structure (ii) Ability to resource and manage potential workload of five or more task order projects totaling $1M at remote locations, such as Kodiak, AK (iii) Ability to respond immediately to evaluate emergency operational problems (iv) Demonstrated capability of prime consultant to manage the total scope of projects 4. Past Performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. 5. Location of firm relative to the general geographical area (State of Alaska) of the project and knowledge of the locality with respect to state and local regulatory agencies, availability of services, and logistics of operations. 4. Contract Structure. The Government intends to award a single, Indefinite Delivery, Indefinite Quantity (IDIQ) contract for a five (5) year period. Award of Task Orders under this IDIQ contract will vary from a minimum of $1000.00 to a maximum of $750,000.00 per task. Maximum Contract total is $7.5 million over the five (5) year life of the contract. The minimum guarantee of $10,000.00 for the entire contract term will be satisfied by the award of the initial Task Order. Estimated date of contract award is February 2013. Awardee of this resultant contract may be ineligible to receive U.S. Coast Guard Environmental Remediation contract anticipated to be solicited in January 2013 as there may be a conflict of interest in performing both the remedial design and potential subsequent remediation. 5. Required Registrations. All contractors are advised that they shall register in the System for Award Management (SAM) prior to submission of the SF 330. For more information, check the website at https://www.sam.gov/portal/public/SAM/ 6. Submission Requirements. Architect-Engineer Firms which meet the requirements described in this announcement are invited to submit a completed SF 330. If the SF 254/SF 255 is submitted for this synopsis, they will not be reviewed or considered. The SF 330 should be typed and one-sided. As an attachment, provide an organization chart of the proposed team showing the names and roles of all key personnel listed in Section E with the associated firm as listed in Section C. Please include your DUNS, CAGE, and TIN numbers in Section H, Block 29 of the SF 330. Provide evidence that your firm is permitted by law to practice the professions of architecture or engineering, i.e., State registration number. Responses shall not exceed 50 pages, exclusive of resumes. Responses are due no later than 3:00 p.m. PST, 25 October 2012. Responses should be submitted in hard copy format with one (1) original and three (3) copies, and one (1) electronic copy on a CD/DVD to the Contracting Officer, Kristina Meabon at: U.S. Coast Guard Shore Maintenance Command ATTN: Kristina Meabon 915 2nd Ave., Room 2664 Seattle, WA 98174 Late responses will be handled in accordance with FAR 52.215-1. THIS IS NOT A REQUEST FOR PROPOSAL. Electronic (E-mail, facsimile, etc.) submissions are not authorized. Firms responding to this notice by 3:00pm PST, 25 October 2012 will be considered. Inquiries concerning this project should include solicitation number, title, and point of contact and should be sent electronically to Kristina.M.Meabon@uscg.mil. Contracting Office Address United States Coast Guard, Shore Maintenance Command (SMC), 915 2nd Avenue, Room 2664, Seattle, WA 98174 Point of Contact Kristina Meabon, Contracting Officer, Phone 206-220-7411, Fax 206-220-7390, Email: Kristina.M.Meabon@uscg.mil Alternate Point of Contact Mark Snell, Deputy Chief of Contracting, Phone 206-220-7413, Fax 206-220-7390 Email: Mark.W.Snell@uscg.mil Place of Performance State of Alaska
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGFDCCP/HSCG50-12-R-P43K12/listing.html)
 
Place of Performance
Address: State of Alaska, primarily Kodiak., Alaska, United States
 
Record
SN02874834-W 20120912/120910235557-8b1a2f21d7a56c784d396d7a5ab3409b (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.