SOLICITATION NOTICE
F -- IDC Architect-Engineer Contracts for Environmental Services in Support of Various Military, Civil Works, and (IIS) Projects Assigned to Tulsa District and Southwestern Division and in accordance with ER 5-1-10
- Notice Date
- 6/9/2014
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- USACE District, Tulsa, ATTN: CESWT-CT, 1645 South 101st East Avenue, Tulsa, OK 74128-4609
- ZIP Code
- 74128-4609
- Solicitation Number
- W912BV-14-R-0016
- Response Due
- 7/15/2014
- Archive Date
- 8/14/2014
- Point of Contact
- Brenda Anderson, 918-669-7274
- E-Mail Address
-
USACE District, Tulsa
(brenda.k.anderson@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Indefinite Delivery Contract (IDC) Architect-Engineer (A-E) Contracts for Environmental Services in Support of Various Military, Civil Works, and Interagency and International Services (IIS) Projects Assigned to Tulsa District and Southwestern Division and in accordance with ER 5-1-10 1. CONTRACT INFORMATION: General: A-E Environmental Services Contracts are being procured in accordance with the Brooks Act (Public Law PL 582) and implemented in accordance with the Federal Acquisition Regulation (FAR) Subpart 36. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. This announcement is open to all small businesses. This announcement is set-aside as quote mark Small Business quote mark under NAICS code 541330 for A-E Environmental Services. Contracts are anticipated to be awarded on or about 30 August 2014. It is anticipated that up to three Small Business A-E Environmental Services SATOCs with a capacity of $6.5M each will be awarded from this announcement and will have a 3-year base period ($4,000,000) and one 2-year option period ($2,500,000 each). A Minimum Guarantee amount of $2,500 will apply to the Base Period only. Contracts awarded under this announcement will be administered by the Tulsa District. Contract capacity may be shared with other CONUS geographic districts where the principles of the Project Management Business Process and ER 5-1-10 have been met. Contract Award Procedure: Before a business is proposed as a potential contractor, they must be registered in the System for Award Management (SAM) database. Register via the SAM internet site at https://www.sam.gov. The Service Contract Act will apply to this acquisition. The proposed services will be obtained by a Negotiated Firm-Fixed Price Contract. Nature of Work: The services necessary for each requirement will be negotiated and awarded as individual Task Orders. The A-E shall furnish all services, materials, supplies, and supervision required to fully complete each Task Order. Place of Performance: Projects are anticipated to be primarily in support of the U.S. Army Corps of Engineers Southwestern (SWD) Boundaries; however task orders under the resultant IDC contracts may be awarded for projects outside the geographic area of the Southwestern (SWD) Division boundaries when the principles of the Project Management Business Process and ER 5-1-10 have been met. 2. PROJECT INFORMATION: Work under these A-E environmental services contracts includes a full range of A-E environmental services, which may include: Clean Air Act support, Clean Water Act support, preparing Title V air quality permit applications, preparing minor source air quality permit applications, preparing air quality permit minor modifications, preparing air permit major modifications, conducting new source air quality reviews, air dispersion modeling, air emissions inventories, preparing spill prevention control & countermeasures plans, Safe Drinking Water Act support, wastewater program support, stormwater program support, preparing stormwater pollution prevention plans, preparing stormwater management plans, preservation surveys - management plans & restoration design for historic structures, archaeological support, Toxic Substances Control Act support, RCRA support, CERCLA support for NPL sites, database integration management, GIS services, energy conservation support, case studies & associated reports, conduct feasibility studies, conduct corrective measures studies, proposed plan development, decision document development, prepare remedial designs, prepare CERCLA 5-Year reviews, sustainability management support, analytical electronic deliverables, Engineering Evaluation and Cost Analysis (EECA), risk assessment sampling-analysis-reporting, Remedial Investigation and reporting, long term monitoring and statistical reporting, remedy effectiveness evaluations, remedial process optimization, design & conduct treatability studies, groundwater flow modeling, contaminant fate and transport analysis, vapor intrusion evaluations, human health risk assessments, ecological risk assessments, engineering and design services during construction, green & sustainable remediation evaluations, environmental infrastructure studies & designs (e.g. sewers & treatment facilities), community relations support, and restoration advisory board support. Also, a full range of ancillary A-E environmental services are anticipated; which may include but not necessarily be limited to: UXO avoidance support, emergency planning & community right to know support, environmental performance assessment system support, pollution prevention support, national environmental policy act (NEPA) support, storm water pollution prevention (SWPP) support, coastal zone management act support, environmental management systems support, ISO 14001, lead based paint compliance support, asbestos compliance support, noise compliance support, solid waste management support, hazardous materials management support, hazardous waste management support, environmental compliance inspection support, tribal consultation, process environmental assessments, process environmental impact statements, geophysical mapping and data management, pilot scale studies, treatment system optimization and potable water system design. 3. SELECTION CRITERIA: All offers received in response to this acquisition will be evaluated based on the following selection criteria in descending order of importance. Criteria 1-5 are primary and criteria 6-7 are secondary and will only be used as additional discriminators among technically equal firms. (1) Specialized Experience and Technical Competence (Ensure that all special experience requirements are reflected on appropriate personnel resumes at Section E, Part I, SF 330). Breadth and depth of specialized experience and demonstrated technical competence within the past 5 years in Successfully managing and performing broadly scoped technically complex environmental projects that comply with applicable USEPA, State, and Department of Defense (DoD) requirements. The A-E firm shall have documented experience relevant to the services listed in paragraph 2 including (a) Site Characterization to determine nature and extent of contamination including design and/or performance of subsurface drilling programs, installation of groundwater monitoring well networks, sampling programs for various environmental media, performance and/or oversight of other intrusive investigation techniques such as soil gas surveys, surface geophysical techniques (e.g. electromagnetic surveys), design performance and analysis of in-situ aquifer hydraulic tests (e.g. slug tests and pump tests), acquisition and analysis of other data (e.g. geotechnical, biological, and ecological), etc.) to support remedial decision making; (b) development of typical deliverables supporting HTRW activities such as: investigation work plans, health and safety plans, quality assurance project plans, sampling and analysis plans, community relations plans, project management plans, data management plans, waste management plans, detailed project schedules, closure plans and reports,, technical reports to support decision-making including chemical fate and transport models, human health and ecological risk assessments, site inspection reports,, RCRA and CERCLA based remedial investigation/feasibility study reports, corrective measures study reports, corrective measures and remedial designs, groundwater monitoring reports, records of decision, determination of no further action, engineering evaluation/cost analysis (EE/CA) reports, deliverables supporting UST compliance requirements, construction plans, cost estimates, and other related deliverables; (c) selecting remedial alternatives and developing designs/specifications for alternatives for remedial/removal actions or corrective measures and/or environmental projects of equivalent scope; (d) development of various environmental studies/plans regarding environmental compliance regulations including but not limited to SWPP, NEPA, land management, noise, asbestos, lead-based paint, and Air Program support; (e) support of community relations/stakeholder involvement activities (e.g. development and maintenance of administrative records, support of restoration advisory boards, etc.) including development of and management of significant outreach activities; (f) oversight, management, and/or performance of chemical analytical services typically required to support remedial/corrective measure decision-making at sites with multi-media environmental contamination including contractor and laboratory QA/QC practices and demonstrated ability for timely identification of problems/issues in acquired data and alerting the client to the impacts of these issues as well as making recommendations for their resolution.; and (g) data management/visualization techniques utilizing geographic information systems and CADD graphics in accordance with federal special data standards. ; In Section F of the SF330, cite whether the experience is that of the Prime (Joint Venture), Consultant, or an individual. Work cited that is experience of the prime (or joint venture) from an office other than that identified in Section B shall be so labeled. (2) Professional Qualifications. Qualified professional personnel with appropriate registration, licensure, or certification in the following areas: Project Management; Engineering Disciplines such as civil, chemical, environmental, geotechnical, electrical, mechanical, and structural; scientific disciplines such as chemists, geologists, geophysicists, biologists, toxicologists, and environmental scientists; appropriate specialists such as regulatory analysts, certified industrial hygienists, safety professionals, risk assessments specialists, cost estimators/schedulers, and technical editors; environmental technicians capable of acquiring and handling environmental samples and data; drillers; surveyors; and CADD operators. Firms should demonstrate strong ability to provide comprehensive program and project management for complex work; strong ability to provide comprehensive environmental technical and compliance support; ability to provide necessary number of teams or crews for expedited, complex, and/or unexpected field, laboratory and/or regulatory compliance support; and ability to initiate, manage, and complete multiple concurrent delivery orders; ability to meet unforeseen schedule changes. Submitting firms should demonstrate the education, training, registration, overall and relevant experience, and longevity with the firm of proposed management and technical personnel. This criterion is primarily concerned with the qualifications of personnel and management capabilities not the number of personnel, which is addressed under the capacity criterion. (3) Past Performance. Past performance on DoD, DOE, and other environmental contracts with respect to quality of work, compliance with delivery schedules, cost control, history or working relationships with proposed subcontractors, and overall cooperativeness and responsiveness. Past Performance Information Retrieval System (PPIRS) is the primary source of information on past performance. However, any credible, documented evaluations may be considered, but the Government is not required to seek other information on the past performance of a firm if none is available from PPIRS. (4) Capacity to respond to multiple task order RFPs and Awards. Sufficient capacity to respond quickly, mobilize qualified personnel, and produce quality results under short deadline constraints for accepted task orders. This includes demonstrating the availability of key disciplines for execution of several concurrent task orders. Submitting firms should demonstrate experience with similar size contracts and the available capacity of key disciplines. (5) Knowledge of the Locality; principally the area covered by the SWD, including the states of Arkansas, Oklahoma, New Mexico, Kansas, and Texas. Submitting firms should demonstrate knowledge of the area covered by the Southwestern Division (SWD) including the states of Arkansas, Louisiana, Oklahoma, and Texas. Examples include knowledge of regulatory framework, geological features, climatic conditions, local construction methods that are unusual or unique, and local laws and regulations. (6) Geographic Proximity to SWD. Location of the firm in general geographical area of the Southwestern Division (SWD); and (7) Volume of DoD Contract Awards During Previous 12 Months. Volume of DoD contract awards in the last 12 months. The volume of DoD contract awards during the previous 12 months will be considered for equitable distribution of Department of Defense Architect Engineer contracts among qualified Architect-Engineer firms including small and small disadvantaged business firms, and firms that have not had prior Department of Defense Contracts. 4. SUBMISSION REQUIREMENTS: Submittals should be sent to U.S. Army Corps of Engineers, Attn: Ms. Brenda Anderson, 1645 South 101st East Avenue, CECT-SWT-E, Tulsa, OK 74128-4609, no later than 2:00 pm, CST on 15 July 2014. All questions must be submitted through the Bidders Inquiry System. Instructions for the Bidders Inquiry System and the deadline for submission of any inquiries will be provided via separate document entitled: Inquiries-Offerors Questions and Comments use of Bidders Inquiry. (a) Interested firms having the capabilities and qualifications to perform this work must submit one original with CD-ROM of SF 330 (6/2004 Edition) including Parts I and II as described herein and four hard copies with CD-ROM of the SF 330 submittal, to the above address not later than 2:00 p.m. (Central Time) on the response date above. The date and time are strictly enforced and late packages will not be considered. Late proposal rules found in FAR 15.208 will be followed for late submittals. Solicitation packages are not provided. The SF 330 should be complete and specifically address the requirements of this announcement. Functions to be subcontracted shall be clearly identified by subcontractor or entity and their office location (specify the address of the office and key person that is assigned there). (b) Responding firms must submit a copy of the originally signed, or current (signed within the past 12 months), and accurate SF 330, Part II for the specific prime, other offices of the prime, and subcontractor offices proposed to perform the work even if an SF 330, Part II is already on file. SF 330, Part II shall be provided for the specific prime, other offices of the prime, and subcontractor offices proposed to perform the work. All Part IIs MUST be signed with original signature or facsimile of the original signature (signed within the past 3 years is required) and dated. A copy of a signed/dated Part II is acceptable. Although firms are encouraged to update their SF 330 Part II at least annually, older ones (up to 3 years old in accordance with FAR 36.603(d)(5)) will still be considered by the board. However, a firm may be recommended as not qualified or ranked low if missing, confusing, conflicting, obsolete or obscure information prevents a board from reasonably determining that a firm demonstrates certain required qualifications. Indicate in Block 5b of each Part II if the firm is a Large Business, Small Business, HubZone, Service Disabled Veteran-Owned Small Business, or Woman-Owned Small Business. To be classified as a small business, a firm's average annual receipts or sales for the preceding three fiscal years must not exceed $14 million. (c) Submit only one SF 330, Part I from the Prime for the design team, completed in accordance with the SF 330 instructions and additional instructions herein. It must contain information in sufficient detail to identify the team (prime, other offices of the prime, and consultants) proposed for the contract. The A-E shall not include company literature with the SF 330. (d) In block No. 4 Part II provide the Data Universal Numbering System (DUNS) number issued by Dun and Bradstreet Information System (1/866-705-5711) for the prime A-E or Joint Venture. The DUNS number must be for the firm or joint venture performing the work (i.e. not the parent DUNS number, but a DUNS number specifically for the office performing the work. (e) In Section C of the SF 330, Part I, identify the discipline/service to be supplied by the Prime, Prime Branch offices as applicable, and each consultant. Provide brief resumes in Section E of the on-staff or consultant employees you intend to use to perform the work. Resumes must be submitted for each employee required to meet the minimums stated above in paragraph 3b. Resumes shall not exceed one page. (f) In Section F, a maximum of 10 projects for the total proposed Team (including the prime and consultants) shall be provided. Use no more than one page per project. (g) In Section G, block 26, along with the name, include the firm and office location the person is associated with. The names of all individuals included in the resumes in Section E shall be listed in Block G-26 along with their firm location and their roles even if example project experience in Block G-28 is not applicable. Also include Team Project Organization Chart in Part I, Section D indicating how each firm on the proposed team (prime, applicable prime branch offices, and each subcontractor as identified in Part I, Section C) integrates into the composite team. (h) In Section H, of the SF 330, Part I, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3, Selection Criteria, of this announcement. (i) In Section H, Part I, SF 330, firms must show their last 12 months DoD contract awards stated in dollars (see 3(e) above), provide an itemized summary of DoD awards to include Agency Contract Number/Task Order No. DoD awards shall be shown in an itemized summary including Agency, Contract Number/Task Order No., Project Title, and Award Amount dollars. Include a total of all listed awards. Note that award of Indefinite Delivery Contracts should not be counted as award amounts; only actual Task Orders and any modifications thereto should be included in the amounts. When addressing Team capabilities, clarify planned capability, existing capability, and prior experiences, if any. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific selection criteria listed in Section 3. (j) In Section H, Part I, SF 330, generally, describe the firm's Quality Management Plan (QMP). A project-specific detailed QMP must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Indicate the estimated percentage involvement of each firm on the proposed team. Do not exceed twenty pages for Section H. Front and back side use of a single page will count as 2 pages, and use no smaller than 11 font type using Times New Roman. Pages in excess of the maximums list will be discarded and not used in evaluation of the selection criteria. Foldouts are not allowed and shall not be considered. (k) Personal visits to discuss this announcement will not be allowed. (l) Solicitation packages are not provided for A-E contracts and no additional project information will be given to firms during the announcement period. Facsimile transmissions will not be accepted. Points of Contact: Contracting - Brenda Anderson (918) 669-7274. This is not a request for proposal. In accordance with FAR clause 52.219-14 Limitations on Subcontracting for services, quote mark At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. quote mark
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV-14-R-0016/listing.html)
- Place of Performance
- Address: USACE District, Tulsa ATTN: CESWT-CT, 1645 South 101st East Avenue Tulsa OK
- Zip Code: 74128-4609
- Zip Code: 74128-4609
- Record
- SN03388845-W 20140611/140609234106-0e6bad901a93094ebb4ca274ae26f81e (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 |