SPECIAL NOTICE
C -- Hill AFB Environmental A&E Services IDIQ-Pre Notice of Intent (Synopsis) - Attachments
- Notice Date
- 2/22/2013
- Notice Type
- Special Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXB, 6038 Aspen Ave (Bldg 1289), Hill AFB, Utah, 84056
- ZIP Code
- 84056
- Solicitation Number
- FA8201-13-R-0001
- Archive Date
- 4/30/2013
- Point of Contact
- Leslie G Westcott, Phone: 801-586-5441, Claude T. Griffiths, Phone: 801-777-0142
- E-Mail Address
-
leslie.westcott@hill.af.mil, claude.griffiths@hill.af.mil
(leslie.westcott@hill.af.mil, claude.griffiths@hill.af.mil)
- Small Business Set-Aside
- N/A
- Description
- More SF330 requirements and Subcontracting requirements. Past performance questionnaire Limits page numbers and required contents of SF330. PLEASE BE ADVISED THIS IS PRE-NOTICE OF INTENT ONLY. NO SF330S WILL BE ACCEPTED AT THIS TIME. THE ACTUAL NOTICE DATE TBD. THE INTENT OF THIS PRE-NOTICE OF INTENT IS TO ALLOW FIRMS TO IDENTIFY DEFICIENCIES AND TO OPEN UP FOR QUESTIONS TO REDUCE OVERALL ACQUISITION LEAD TIME. ALL INQUIRIES MUST BE SUBMITTED BY 4 MAR 13 AT 3:00PM MST INORDER TO ALLOW ENOUGH TIME TO RESPOND BY THE PRE-NOTICE CLOSE-OUT DATE OF 8 MAR 13 AT 3:00PM MST. IF YOU ARE INTERESTED IN RESPONDING TO THE ADVISORY SUPPORT A&E PLEASE VIEW FA8201-13-R-0008 PRE-NOTICE OF INTENT POSTED ON FBO. Description 1. Contract Information: These contracts are being procured in accordance with the Brooks A-E Act as implemented in the FAR Subpart 36.6 and DFARS Subpart 236.6. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work. IMPORTANT NOTE: If selected for negotiations on either the Services or Advisory contracts; the prime firm and all sub-consultants cannot be involved in the award not selected for. (I.E. if selected for services the sub-consultants and the prime itself cannot be involved in any aspect of the Advisory contracts, it creates a conflict of interest for the Government and the firms). Please annotate the interest in your SF330 if submitting for both acquisitions in order of interest. EXAMPLE: 1 Services, 2 Advisory - meaning if selected for both your first priority for award is Services. If selected for your priority you will not be considered for the alternate. Conversely: 1 Advisory, 2 Services - meaning if selected for both your priority is Advisory and you will be excluded from the Services award. 2. The services will consist of, but not limited to (in anticipated order of frequency): (1) engineering studies in the area of air and water pollution controls, (2) air emission measurements/data collection and controls, (3) solid and hazardous waste management, (4) hazardous materials management, (5) permit applications for air, water and waste, (6) studies and designs to assess and improve environmental cultural and natural resource aspects of base operations, (7) remedial designs including complete plans and specifications for the construction and operation of environmental remedies under CERCLA, (8) technical support including construction oversight and permit requirements, (9) treatability studies and field investigations under CERCLA; (10) CERCLA reporting requirements. Services will be for support of Hill AFB, Little Mountain Test Annex, Utah Test and Training Range (UTTR), and the Western Region as defined in the Statement of Work and attachments. 3. Four indefinite delivery indefinite quantity (IDIQ) contracts will be negotiated and awarded, each with one base year and four option years. The amount of each contract shall not exceed $50,000,000.00. Work on each individual task order will be negotiated as firm-fixed-price task orders. The technical team and Contracting Officer will consider the following factors in deciding which contractor will be selected to negotiate an order: performance and quality of deliverables under the current contract, current capacity to accomplish the order in the required time, uniquely specialized experience, and equitable distribution of work among the contractors. 4. The contracts are anticipated to be awarded in October 2013. North American Industrial Classification System (NAICS) code is 541330 with a size standard of $35.5M under the "Military and Aerospace Equipment and Military Weapons" exception. These contracts are being solicited as full and open competition with no small business set-aside. There will be small business sub-contracting plans negotiated during the RFPP stage. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined relative to the employee's office location (not the location of the work). To be eligible for contract award, a firm must be registered in the System for Award Management (SAM)). Register via the SAM internet site found at https://www.sam.gov/portal/public/SAM/. 5. Contract Specific Information: Title I Design Services: Generally these services are required for actual production and delivery of designs, drawings, and specifications. The fees for these projects are limited by public law to 6% of the programmed amount of the project. Title I services include all aspects of design such as preparation and/or review of contract plans, specifications, scheduling, cost estimates, building commissioning services, and preparation of operating and design manuals. These services consist of conducting field surveys and investigations to obtain design data, as well as preparing contract plans, specifications, cost estimates and estimated construction periods of performance. Title I efforts also encompass those efforts required to support and develop design work, including planning and programming, program management, project scoping, studies, investigations, evaluations, consultations, conceptual design, value engineering, topographic survey services, as well as operation, monitoring, and optimization of environmental treatment or control systems. Title II Services: Title II services include all aspects of construction QA and oversight of facility construction and projects. These services are related to specific or proposed construction projects and consist of supervision and inspection of construction. Other A-E Services: A&E services include all aspects of supporting environmental compliance, and environmental conservation programs. These A&E services include, but are not limited to, geological and geotechnical; hydrologic; chemical analyses; environmental investigations, studies and reports; environmental compliance audits; EMS plans and documentation; pollution control; pollution prevention; solid and hazardous waste management; hazardous material management; above ground and underground storage tank management; environmental impact analysis, environmental baseline surveys; natural and cultural resources management and surveys; geotechnical sampling; and pesticide management. 6. Selection Criteria: The selection criteria for these IDIQ's are listed below in descending order of importance. All interested firms are to complete attachment C in order to be considered for award. NOTE: Criteria 2 and 3 are of equal importance and criteria 4 and 5 are of equal importance. Criteria 1-6 are primary and are the only criteria used. (1) Professional Qualifications of the staff and consultants that will perform the actual work (brief resumes of key personnel and firm/teaming arrangement). Sub-factors will include (a) experience on related federal programs, (b) certification/licensing, (c) years with company, and (d) education. See Attachment C for list of Key Personnel. (2) Recent specialized experience and technical competence in performing services described in the synopsis (effectiveness of proposed design teams, coordination of disciplines, offices, and subcontractors) SF 330, Part I, Block F, list only current projects or projects completed in the past three years. These projects should show scope and nature similar to the A&E Services SOW. A discussion of the challenges faced, actions taken, resolution and results and cost or time savings to the government, as well as key personnel in Section G that worked on the projects and their role. Specific project experience will be evaluated for ability to support the following requirements: (a) environmental quality: Three (3) projects showing the ability to support a compliance program, i.e. Air, Water, Hazardous Waste, or Hazardous Material (b) conservation and planning: a project showing the ability to support Integrated Natural Resource Management Plan (INRMP) (c) GIS applications: a project showing your ability to develop and implement GeoBase applications (d) environmental restoration: a project showing the ability to support the CERCLA/RCRA process. (3) Capacity of the team to accomplish the work in the required time (based on amount of work currently being performed by the A-E firm and overall size of the firm). Within the SF 330, Part I, Block H, each firm shall demonstrate how they will manage, coordinate and administer the work within the prime and among any teaming partners. SF 330, Part IIs shall only be provided for key personnel from the specific prime office expected to lead this effort and key personnel from the teaming partners proposed to perform the work. (a) capacity to perform work in-house and with teaming members; (b) ability to manage, coordinate, and administer work within prime and among teaming members; (4) Past Performance history on both DoD and other contracts in terms of quality, timeliness, and cost control (based on past performance at Hill, for other federal agencies, and private industry in terms of cost control, quality of work, and timely performance, ACASS database is a source of information as are reference letters and commendations submitted in the SF 330 package). SF 330 Block H. Cite examples of performance and customer satisfaction such as recognition for technical achievements, cost savings, or commendations received by your team for projects similar to the scope of work. Past performance questionnaires will be reviewed and are supplied as attachment B. The government suggests receiving, filing, and submitting them as a whole to ensure the questionnaires are received by the cutoff date. Previous acquisitions have shown not all personnel requested to complete a questionnaire have done so. Responses will be evaluated to determine: (a) ability to maintain cost, schedule, and quality; (b) customer satisfaction. (5) Geographic Location: Location in the general geographical area of the project and knowledge of the locality of the project, availability of A&E staff to meet frequently with Air Force personnel, regulatory agencies, and others in the Hill IST and the ability to mobilize staff to project sites on relatively short notice. NOTE: There is no geographical region a contractor must be in to receive full points. The contractor must display the ability to respond effectively and reasonably without unreasonable inconveniences being associated. (I.E. describe how it is more effective, or comparably effective, than a local firm and how the performance would compare being geographically separated from the requirements - techniques involved, technology used, sub-contractor presence, etc.) (6) Volume of Work: SF 330 Block H should clearly identify, in table format similar to SF 330, Part II, Block 11, the volume of DOD work for the prime contractor. Amounts should represent the total amount of any DOD contract vehicle in which obligation of funds has occurred in the previous 12 months from the date of this announcement. 7. Submission Requirements: Interested firms having the capabilities to perform this work must submit two copies of the SF 330 Part I, and two copies of the SF 330 part II for the prime and all consultants, to the above address not later than XX April 2013 at 4:00pm MST. See attachment labeled "Attachment A" for exact page limitations and formatting for the SF 330, "Attachment B" past performance questionnaire, and "Attachment C" Contractor Information for additional submission requirement clarifications. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. This is not a request for proposal and at no point is pricing to be submitted or considered. Point of Contact MSgt Leslie Westcott, (801) 586-5441, leslie.westcott@hill.af.mil Claude "Ted" Griffiths, (801) 777-0142, claude.griffiths@hill.af.mil Place of Performance N/A List of Attachments Attachment A - Submission Requirements Attachment B - Past Performance Questionnaire Attachment C - Contractor Information
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8201-13-R-0001/listing.html)
- Place of Performance
- Address: Contracting Office Address, OO-ALC/PZIEB, 6038 Aspen Ave., Bldg 1289 NE, Hill AFB, Utah, 84056, United States
- Zip Code: 84056
- Zip Code: 84056
- Record
- SN02994519-W 20130224/130222234745-4c118665adc765fa327e002d26622409 (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 |