SPECIAL NOTICE
C -- AE SERVICES IDIQ RECOMPETE
- Notice Date
- 5/19/2020 1:23:20 PM
- Notice Type
- Special Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- DOI OSMRE (CO) DENVER CO 80225 USA
- ZIP Code
- 80225
- Solicitation Number
- 140S0320R0002
- Archive Date
- 09/02/2020
- Point of Contact
- Stuart, Sherry
- E-Mail Address
-
sstuart1@osmre.gov
(sstuart1@osmre.gov)
- Awardee
- null
- Description
- GEOTECHNICAL ARCHITECTURE AND ENGINEER SERVICES IN SUPPORT OF OSMRE'S ABANDONED MINE LAND (AML) PROGRAM SYNOPSIS: Description: The Office of Surface Mining Reclamation and Enforcement's (OSMRE) Western Region (WR) Federal Reclamation Program (FRP) anticipates awarding one Indefinite Delivery Indefinite Quantity (IDIQ) contract. This announcement is being solicited as unrestricted and open to all businesses regardless of size. The North American Industry Classification System (NAICS) code is 541330. The small business size standard is $16.5 Million. Small businesses are encouraged to participate or to team with other businesses. The point of contact for this announcement is Sherry Stuart. Submit questions to sstuart1@osmre.gov. See attached Statement of Work for more information. CONTRACT INFORMATION: The Office of Surface Mining Reclamation and Enforcement is soliciting for Non-Personal Architect-Engineer (A-E) Services in accordance with Public Law 92-582 (Brooks Act) and Federal Acquisition Regulation (FAR) Part 36. The work requires multi-discipline professional A-E services for various projects throughout the States of Washington, California, Oregon, Arizona, South Dakota, Idaho, and on Reservation Lands affected by historic coal mining. The A-E firm(s) must be capable of responding to and working on multiple task orders concurrently. The contract will be solicited unrestricted for a five-year ordering period. The term of the contract shall be one year with four one-year options beginning September 2020. Exercise of yearly options is at the discretion of the government and subject to the availability of funds. A one-time minimum guaranteed amount for the contract is $25,000. The cumulative amount of task orders resulting from this Solicitation will be limited to a Ceiling Amount of $10,000,000. Work will be issued by negotiated firm-fixed-priced task orders. Individual task orders will not exceed $5,000,000. FAR 52.216-22, Indefinite Quantity applies to this Contract. Order Limitations: (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $3,500, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess of $5,000,000; (2) Any order for a combination of items in excess of $10,000,000; or (3) A series of orders from the same ordering office within Five (5) days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within Five (5) days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. The selection of the firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. All A-E firms are cautioned to review the restrictions of FAR 9.5, Organizational and Consultant Conflicts of Interest and 36.209, Construction Contracts with Architect-Engineer Firms. Any A-E firm that prepares a Design-Build Request for Proposal for a particular project will be restricted from participating in any contract or task order for the Design-Build of that particular project. All interested Architect-Engineers are reminded that in accordance with the provision of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged firms. Large business firms that intend to pursue an IDIQ contract must convey the extent of planned participation of small businesses in the proposed contract team, measured as a percentage of the total estimated subcontracted effort. If selected, the large business offeror will be required to submit a Small Business Subcontracting Plan in accordance with FAR 52.219-9 Proposal Package. The subcontracting plan is NOT required with initial SF 330 submittal. The wages and benefits of service employees (FAR 22.10) performing under this contract must be equal to those determined by the Department of Labor under the Service Contract Act. BACKGROUND: The Office of Surface Mining Reclamation and Enforcement�s (OSMRE) Western Region (WR) Federal Reclamation Program (FRP) requires the services of a geotechnical engineering firm located within 200 miles of Seattle, Washington, to provide Architect-Engineer (A-E) design services for the reclamation of hazardous abandoned coal mine sites. The features at the abandoned coal mine sites primarily consist of open shafts, portals, and mine-related subsidence. Other hazards may include venting mine gasses, mine fires, mine facilities, and unstable high walls. These abandoned mine land (AML) features can be classified as either an Emergency (sudden danger that has a high probability of causing substantial physical harm to the health, safety, or general welfare of people before it can be abated under normal program operation procedures) or High Priority, as defined in Section 403 of the Surface Mining Control and Reclamation Act (SMCRA) of 1977. SCOPE: OSMRE is responsible for the reclamation of AML features related to historic coal mining in Washington, California, Oregon, Arizona, South Dakota, Idaho, and on Reservation Lands affected by historic coal mining. These abandoned coal mine sites are primarily located in the State of Washington. The bulk of services will be in the state of Washington; however, other states noted above may require services. OSMRE WR requires a contractor to respond to required site services within 48 hours. For those sites outside of the Washington state area, the contractor will need to submit a travel cost breakdown. The contractor shall complete engineering work that may include: 1. Geotechnical Site investigations (including: on-site collection of evidence with photographs, measurements of AML features, GPS feature locations, and sketches; sampling and analysis of mine gasses and mine drainage; development of site maps showing feature locations in relation to mine workings; historic mine map and literature research; and exploratory drilling or excavation). All investigation findings will be compiled into an Investigation Report. 2. Development of reclamation plans and specifications to abate the AML features, including the development of reclamation design alternatives (if warranted); design development for the selected alternative; identification of environmental effects of the proposed construction; technical support for obtaining environmental permits; preparation of construction plans and specifications; and architect-engineer and construction cost estimating. 3. Participation in pre-bid meetings, interim, and pre-construction meetings. 4. Monitoring of construction activities. 5. Preparation of a Final Report describing all project activities. 6. AML Inventory Information Collection. 7. Monitoring AML Projects. Task 1: Geotechnical Site Investigation The contractor is required to conduct site investigations in response to OSMRE AML sites. These investigations shall be conducted in accordance with the subtasks listed below. 1.1 Subtask: At reported site location - take measurements of abandoned mine land (AML) feature(s), take photographs, produce sketches of feature(s) and surrounding environment, collect and record Global Positioning System (GPS) waypoint information (North American Datum of 1983), collect mine gas readings, and fill out investigation field form with required information. 1.2 Subtask: The contractor will advise the Contracting Officer�s Representative (COR) if other resources (e.g. potential historic structures, potential wetland areas) may be impacted by construction. 1.3 Subtask: Research mine maps and other historic literature to determine if the feature(s) is related to historic coal mining. These documents and reports must be researched to obtain information as needed to determine the relationship of the hazard to abandoned mine workings in the vicinity. Research may include review of historic OSMRE AML Project Reports, and the OSMRE Abandoned Mine Inventory (AMI) database to determine which mines are near the feature and what projects OSMRE has completed in the area. 1.4 Subtask: Plot feature location(s) onto digitized and georeferenced mine map to correlate and identify the existing hazardous mine features and for inclusion in the Site Investigation Report. Maps will be size 11-inch by 17-inch or 8.5-inch by 11-inch if details can still be seen. The contractor will include the mine map reference information (north arrow, scale, mine name, date, map number). 1.5 Subtask: Draft site investigation summarizing findings into a report, including map mentioned in 1.4, photographs of the features, and investigation field forms. 1.6 Subtask: Based upon initial findings, the contractor may be required to follow up with additional site investigation work, such as exploratory excavation or exploratory drilling to better determine the extent of the underground mine workings to develop a more cost effective and robust abatement. Task 2: Development of Plans and Specifications 2.1 Subtask: Submit (in Microsoft Word) Draft Plans and Specifications to OSMRE for construction work to accomplish reclaiming the hazardous AML feature(s), including a detailed architect-engineer cost estimate, construction cost estimate, construction schedule, and bid schedule. The contractor will approve final specifications and bear the seal and signature of a professional engineer registered in the project state. 2.2 Subtask: The contractor will provide the following design considerations. For each design, consider the effects of site drainage, mine ventilation, near surface mine workings, safety of construction, and any other factors that may affect the reclamation method performance or the construction effort. 2.3 Subtask The contractor will include three (3) maps in the Plans and Specifications document to identify: 2.3.1 Regional map, list of Plans, symbols, and notes with feature location, scale, and north arrow 2.3.2 Area map with A project area map, including at a minimum: o The scale, north arrow, and key; o Section, Township and Range; o The location of each hazard; o Topography as needed for earthwork, surface drainage plans, or other construction requirements; o Existing and proposed access trails or roads; o Surface water bodies in or adjacent to the project area that may be affected by access to or runoff from the project; o Perimeter line of the project area(s) to be disturbed during construction; and o Property boundaries (if features are near boundaries). 2.3.2 Site and vicinity access map with feature location, scale, and north arrow. Access map will clearly show the location of the pre-bid meeting location so that bidders unfamiliar with the area can easily find the pre-bid meeting location. A written description with directions to the pre-bid meeting shall be added to the map if the area is difficult to find. 2.4 Subtask: Contractor will identify environmental effects of the proposed construction. 2.5 Subtask: Contractor will provide technical support for obtaining environmental permits by construction contractor. 2.6 Subtask: Make any OSMRE required changes to the draft Plans and Specifications, verify OSMRE approval, then Finalize Plans and Specifications (pdf). 2.7 Subtask: The contractor will provide the Final Plans and Specifications. This submittal shall include: 1. An electronic copy of the Specifications (pdf) 2. An electronic copy of the engineer-stamped set of the Plans (pdf) 3. Electronic copies of the bid schedule: one blank form and one completed form (pdf) 4. An electronic copy of the Engineer's Estimate (excel or pdf) Task 3: Pre-Bid, Interim, and Pre-Construction Meetings 3.1 Subtask: The contractor will attend scheduled Pre-Bid meetings, attend scheduled conference calls, and attend Pre-Construction Meeting to answer any design and engineering related technical questions. Task 4: Monitoring of Construction Activities 4.1 Subtask: During construction period, contractor must be on site daily to document daily work accomplishments, photograph project progress, and relay information and answer questions related to the contractor�s plans and specifications. 4.2 Subtask: Contractor will complete daily field forms and submit to OSMRE at the end of the project. If the project is longer than 14 calendar days, the contractor will submit the daily field forms to OSMRE each Friday. 4.3 Subtask: Contractor will conduct a final walk-through inspection with the landowner and any relevant stakeholders. A punch-list will be developed if there are any outstanding issues that the construction contractor must address before the project is deemed complete. Task 5: Final Report 5.1 Subtask: Submit (in Microsoft Word) a draft final report to OSMRE detailing the project, including photographs, project milestones from investigation through construction, and lessons learned. 5.2 Subtask: Make any OSMRE required changes to the draft final report then finalize the report (pdf). 5.3 Subtask: OSMRE will inform the contractor on the number of bound copies required, depending on the number of stakeholders involved with the project, typically three. The contractor will send the bound copies to the OSMRE COR for distribution. Task 6: AML Inventory Information Collection 6.1 Subtask: Conduct AML inventories per geographic area, to be determined by OSMRE, to gather information regarding possible features related to historic coal mining. Contractor will utilize historic coal mine information, historic OSMRE project information, and community outreach to determine if an area should be inventoried for existing AML hazards that have not yet been inventoried and addressed. This information may be used to develop future AML projects. 6.2 Subtask: Draft inventory reports including: on-site collection of evidence with photographs, measurements of AML features, GPS feature locations, and sketches; sampling and analysis of mine gasses and mine drainage; development of site maps showing feature locations in relation to mine workings; and historic mine map and literature research. All inventory findings will be compiled into an Inventory Report following the guidelines outlined in Subtasks 1.3, 1.4, and 1.5. Task 7: Monitoring AML Projects 7.1 Subtask: When directed by OSMRE, Contractor will conduct monitoring of past OSMRE AML projects to determine if the completed reclamation requires any maintenance work. If the feature needs repair/maintenance work, the Contractor will compile information about the feature into a Monitoring Report following the guidelines outlined in Subtasks 1.3, 1.4, and 1.5. Deliverable Table: Task Deliverable Title Due Date Distribution 1 Site Investigation Report 7-10 days after completion of the site investigation Email to COR 2 Draft Plans and Specifications Within 6 weeks of site investigation report submittal to OSMRE Email to COR 2 Final Plans and Specifications With 8 weeks of site investigation report submittal to OSMRE Email to COR 4 Construction Monitoring Daily Field Forms Submit at end of project, unless construction period is over 14 calendar days then submit each Friday Email to COR 5 Final Construction Report Draft due within 14 days of final inspection Provide hardbound copies to COR- amount TBD based on number of stakeholders 6 AML Inventory Report Draft due within 21 days of completed inventory effort Email to COR 7 AML Monitoring Report Draft due within 21 days of completed monitoring effort Email to COR OSMRE Abandoned Mine Inventory (AMI) Database: The OSMRE Western Region maintains a database that tracks all AML project information. The contractor will have access to the AMI through ArcGIS Online. OSMRE will provide a username and password. The contractor will use the database to aid its investigation. The consultant will confer with OSMRE when a new feature is discovered and jointly assign the new feature a number as determined by OSMRE. The feature numbering system uses an abbreviation of the mine name (e.g. Black Nugget = BN), and a 3-digit sequence number. Example: BN-001. The PA number and the feature number create a unique number for every OSMRE AML feature. OSMRE Project Numbers: OSMRE project numbers are state-year-sequence number. Example: WA-020-001 would be the first project conducted in the state of Washington in 2020. A project includes one or more features for the purposes of investigation, design, and reclamation. Along with the project number, OSMRE will create a unique name for the project for ease of reference between OSMRE and the contractor. For example, the address where the feature is located could be used, i.e. 123 West Main Street Renton, WA. Therefore, the project name would be WA-20-001, 123 West Main Street Renton. SELECTION CRITERIA: The selection criteria are listed below. (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (3) Capacity to accomplish the work in the required time; (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; and (5) Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit three (3) completed and bound paper copies, and one (1) electronic copy (CD) of their SF 330 (Architect-Engineer Qualifications) to: Sherry Stuart, Contracting Officer, Denver Federal Center, Building 41, Denver, Colorado 80225. SF 330, 08/2016 edition, must be used. Include DUNS number in Block 5 of the SF 330 PART I, Section B. Firms located within the United States may obtain a DUNS number by calling Dun and Bradstreet at 1-888-253-1546 or via the Internet at http://www.dnb.com/. If the firm is located outside the United States, the local Dun and Bradstreet office should be contacted. All fonts shall be at least 10 pitch or larger. Pages shall be 8-1/2 inches by 11 inches. PART I OF THE SF 330 SHALL NOT EXCEED 75 PAGES. The Organization Chart required in Section D and the Matrix required as Section G, PART I of the SF 330 may be presented on a sheet up to 11 inches by 17 inches. If an 11 inch by 17-inch sheet is used it shall be neatly folded to 8-1/2 inches by 11 inches, bound in the SF 330 at the proper location, and counted as one page. Blank sheets/Tabs separating the sections within the SF 330 will not count in the page-count maximum for PART I. A maximum of ten (10) projects including the prime and consultants will be reviewed in PART I, Section F. Resumes in Section E and example projects in Section F shall not exceed one page each. Indicate in Section C.11 if the prime has worked with the team members in the past five years. When listing projects in PART I, Section F an Indefinite Delivery Contract (IDC) or IDIQ contract with multiple Task Orders as an example, is not considered a project. A task order executed under an IDC/IDIQ contract is a project. In Block G-26, along with the name, include the firm with which the person is associated. A Part II is required for each branch office of the Prime Firm and any Subcontractors that will have a key role in the proposed contract. This is not a request for proposal. NOTE: To avoid a conflict of interest, any contractor proposing as a prime may not have a subcontractor who is also proposing as a prime. Solicitation packages shall not be provided. Submittals must be received no later than 2:00 P.M. Mountain Time on June 18, 2020. Regulation requires that the Selection Board not consider any submittals received after this time and date. Late proposal rules in FAR 15.208 will be followed for submittals received after 2:00 P.M. Mountain Time on the closing date specified in this announcement. As required by acquisition regulations, interviews for the purpose of discussing prospective contractors' qualifications for the contracts will be conducted only for those firms considered most highly qualified after submittal review by the selection board. All questions shall be in writing to the POC listed above. Phone calls and personal visits for the purpose of discussing this solicitation with contracting/project management and/or engineering personnel are not allowed. To verify your proposal has been delivered, you may e-mail sstuart1@osmre.gov. To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database. For instructions on registering with SAM, please see the SAM website at https://www.sam.gov/portal/public/SAM. SUBMIT QUESTIONS ONLY TO: sstuart1@osmre.gov by no later than June 6, 2020. No phone questions will be honored. Questions will be answered in writing and posted to a Questions and Answer document and posted to https://beta.sam.gov. Contractors are encouraged to view the Q&A document BEFORE sending in question as it may already be answered.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/bc99a8bfa6914ddc8b891bb845516403/view)
- Record
- SN05662124-F 20200521/200519230150 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |