MODIFICATION
C -- GEOTECHNICAL A&E SERVICES IN SUPPORT OF OSM'S ABANDONED MINE LAND (AML) PROGRAM
- Notice Date
- 11/15/2013
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- OSM, Headquarters1951 Constitution Ave, NWWashingtonDC20240US
- ZIP Code
- 00000
- Solicitation Number
- S14PS00002
- Response Due
- 11/29/2013
- Archive Date
- 12/29/2013
- Point of Contact
- Sherry Stuart
- E-Mail Address
-
sstuart1@osmre.gov
(sstuart1@osmre.gov)
- Small Business Set-Aside
- N/A
- Description
- The Office of Surface Mining is seeking licensed/registered Geotechnical Architecture and Engineering firms to submit a Standard Form (SF) 330 in support of the Abandoned Mine Land (AML) Program. North American Industry Classification Code (NAICS) code 541330 and size standard of $14M apply to this procurement. This announcement is open to all businesses, regardless of size. Work consists of, but may not be limited to, (1) site investigations, (2) surveys and development of site maps, (3) development of reclamation design alternatives, (4) identification of environmental effects of proposed construction, (5) preparation of construction specifications and plans, (6) construction cost estimating, (7) monitoring of construction activities, (8) sampling of mine gases and mine drainage, and (9) technical support and use of an existing project management database and ArcGIS mapping system. All work is directly related to hazards associated with abandoned coal mines. Hazards at abandoned coal mine sites primarily consist of open shafts and portals, mine subsidence, venting mine gases, and mine drainage. Most of the sites are located in Washington, and occasionally in the OSM Western Region states of California and Oregon. The government anticipates awarding one indefinite delivery indefinite quantity (IDIQ) contract on or about April 1, 2014. Duration of the resultant IDIQ will not exceed 5 years (base year, plus 4 one year options). Exercise of yearly options is at the discretion of the government and subject to the availability of funds. Should a fair and reasonable price not be agreed upon with the top ranked firm for an IDIQ, the CO will terminate negotiations and undertake negotiations with the next top ranked firm, continuing the process until an agreement is reached. Expected minimum for task orders issued off the IDIQ is $25K annually. To be considered for evaluation, applications from firms must consist of a completed SF-330, Parts I and II, along with other documentation, as cited in solicitation package number S14PS00002. The complete solicitation package will be posted to FedBizOpps on or about December 2, 2013 with responses due to OSM by 3 PM MST on or about January 6, 2014. Geographic proximity to the Washington project sites is a major consideration in the selection process. Project sites are determined when the AML projects are identified by the OSM. The following criteria will be used to evaluate prospective firms and their project teams (including all sub-consultants). Criteria 1 through 4 are of equal weight, and contribute to a higher portion of the Firms overall ranking. Criteria 5 is of lesser weight. 1. Specific individual experience and professional qualifications of personnel assigned to the project team, as necessary for performance of required services. 2. Specialized experience and technical competence in the type of work required. 3. Organization and management of the project team and the capacity to accomplish the work in the required time. 4. Location of the project team. 5. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Firms that meet the requirements described in this announcement are invited to submit three (3) hard copies and one (1) electronic copy of their Standard Form 330 and other proposal documents by the due date indicated in solicitation S14PS00002 to the Office of Surface Mining, Attention Sherry Stuart, Contracting Officer, Denver Federal Center, Kipling St and W 6th Ave, Bldg 25, Rm 1501, Denver, CO 80225-0065. Prospective contractors shall be registered in the System for Award Management (SAM) database prior to award of a contract at https://www.sam.gov/portal/public/SAM/. Any contract questions can be directed by emailing a request to Sherry Stuart at sstuart1@osmre.gov AND Dawn Benavides at dtrudeau@osmre.gov with reference to solicitation number S14PS00002. Telephone requests will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/OSM/1438/S14PS00002/listing.html)
- Record
- SN03234672-W 20131117/131115233859-abc47a780da68352e5f2681401dd8338 (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 |