Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2001 FBO #0019
SOURCES SOUGHT

C -- MULTIPLE INDEFINITE DELIVERY ARCHITECT-ENGINEER CONTRACTS FOR HAZARDOUS TOXIC RADIOLOGICAL WASTE (HTRW) ENVIRONMENTAL SERVICES WITHIN SOUTHWESTERN DIVISION BOUNDARIES

Notice Date
12/19/2001
 
Notice Type
Sources Sought
 
Contracting Office
US Army Engineer District, Tulsa - Military, ATTN: CESWT-CT, 1645 South 101st East Avenue, Tulsa, OK 74128-4609
 
ZIP Code
74128-4609
 
Solicitation Number
DACA56-02-R-2005
 
Response Due
1/31/2002
 
Archive Date
3/2/2002
 
Point of Contact
Brenda Anderson, 918-669-7274
 
E-Mail Address
Email your questions to US Army Engineer District, Tulsa - Military
(Brenda.K.Anderson@swt03.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA 1. CONTRACT INFORMATION: Two Indefinite Delivery Architect-Engineering Contracts will be awarded for environmental services within the SWD Boundaries. This is not a request for a proposal and there is no bid package. This procurement is unrestricted. Contractors will be selected for negotiations based on their qualifications submitted in accordance with this announcement. These contracts are anticipated to be awarded in the second quarter of federal fiscal year 2002. Each contract is for a base year with two option years and a total contract amount not to exceed $3 Million. The amount of work in each contract period will not exceed $1,000,000. An option period may be exercised when the contract amount for the base period or preceding option period h as been exhausted or nearly exhausted. Minimum award of each contract is $20,000 in the base contract and $10,000 in each option year. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a sub contracting plan on the part of work it intends to subcontract. A subcontracting plan, in accordance with FAR 19.704 and 52.219-9, is not required in this submittal. 2. PROJECT INFORMATION: Work under will include but is not limited to: preliminary a ssessments, site investigations, remedial investigations, remedial design, and removal actions; services during construction; feasibility/corrective measures studies; site assessments, Hazard Ranking System packages, Presumptive Site Assessments and Engi neering Evaluation and Cost Analysis; treatability studies; pilot scale studies; general investigation and design activities in support of CERCLA, RCRA or other regulatory compliance; geophysical surveys; groundwater and surface water modeling; data manage ment; GIS support; oversight of field operations; construction management support; human and ecological risk assessments; community relations; various engineering and technical support of corrective measure implementation activities; and any additional A-E services required to support Tulsa District?s environmental mission. 3. SELECTION CRITERIA: See note 24 for general selection requirements. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a through e are primary. Criteria f-h are secondary and will only be used as additional discriminators among technically equal firms. a. Specialized Experience and Technical Competence. Specialized experience and demonstra ted technical competence in: (1) Successfully managing and performing broadly scoped environmental projects, site/operable unit complexity, and technical challenges as those present or anticipated within Tulsa District?s environmental mission; (2) Success ful execution and completion of technically and/or logistically complex assessment/clean-up with complex geology and Karst features; the removal of chemical warfare materials; coordinating with the U.S. Army Engineering and Support Center, Huntsville AL; s uccessfully preparing safety submissions for chemical warfare materials removal and UXO avoidance projects; and remedial projects with chlorinated solvents and perchlorate contamination in ground water; (3) Successful integrated management and execution of multi-year, multi-site, and multi-state environmental projects requiring significant coordination of simultaneous activities, real-time integration of customer and other regulatory agency input, and development of effective solutions to quickly arising te chnical/managerial challenges without a lapse of performance; (4) Site characterization to determine nature and extent of contamination including design and/or performance of subsurface drilling programs, installation of monitoring well networks, sampling programs for various media, performance and/or oversight of other intrusive investigation techniques such as soil gas surveys, application of surface geophysica l techniques, design performance and analysis of in-situ aquifer hydraulic tests, performance and/or oversight of tracer surveys; acquisition and analysis of other data to support corrective measure decision-making; (5) Selecting alternatives and developin g designs/specifications for alternatives for remedial/removal actions or corrective measures and/or environmental projects of equivalent scope; (6) Development of typical deliverables supporting HTRW activities such as: Work Plans, Health & Safety Plans, QAP Plans, Sampling & 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 such as site char acterization reports including chemical fate and transport models, Human Health and Ecological Risk Assessments, HRS Packages, RCRA Facility Assessments, PA/SI Reports, RFI Reports, RI/FS Reports, CMS Reports, CM/RD Reports, Groundwater Monitoring Reports , Records of Decision, Determination of NFA, EE/CA Reports, Cost Estimates, and other related deliverables; (7) Support of community relations/stakeholder involvement activities, (8) Technical support for litigation related to execution/implementation of e nvironmental restoration activities, (9) Oversight and/or performance of chemical analytical services typically required to support remedial/corrective measure decision-making at sites with multi-media environmental contamination from various industrial so urces including, but not limited to, those in the current USEPA guidance documents and documenting a level of laboratory internal QA/QC consistent with that referenced in current USEPA guidance/requirements resulting in legally defensible data for inclusio n into project deliverables, including 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; (10) Appropriate manage ment of investigation derived waste; (11) Utilization of GIS, (12) Producing GIS-compatible and CADD graphics in accordance with Federal Special Data Standards; (13) Producing cost estimates using the Corps of Engineers MCACES and using the Air Force RACER cost estimating system. In block 8 of SF 255, 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 bloc k 3b shall be so labeled. b. Professional Qualifications. Qualified professional personnel in the following areas: project management, engineering disciplines such as civil, chemical, environmental, geotechnical, electrical, mechanical, and structural; c hemists, geologists, geophysicists, biologists, toxicologists, and environmental scientists; regulatory analysts, certified industrial hygienists, safety professionals, risk assessment specialists, cost estimators/schedulers; technical editors; environment al technicians; drillers; surveyors. Registration, licensure, or certification as required by law and regulations of the appropriate state will be necessary. 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 unexpected field, laboratory and regulatory compliance support; abili ty 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 o f key management and technical personnel. c. Past Performance. Past Performance on DoD and other environmental contracts with respect to quality of work, comp liance with delivery schedules, and cost control. Architect-Engineer Contract Administration Support System (ACASS) is the primary source of information on past performance. However, any credible, documented evaluations may be considered, but the governm ent is not required to seek other information on the past performance of a firm if none is available from ACASS. d. Capacity. Sufficient capacity to respond quickly, mobilize qualified personnel, and produce quality results under short deadline constraint s. This includes demonstrating the availability of key disciplines for several concurrent task orders. e. Knowledge of the Locality. Submitting firms should demonstrate knowledge of the SWD area. Examples include knowledge of geological features, clima tic conditions, local construction methods that are unusual or unique, or local laws and regulations. f. Small Business and Small Disadvantaged Business Participation. Submitting firms should demonstrate the extent of participation of small business (SB) (including women-owned), small disadvantaged business (SDB), historically black colleges and universities (HBCU), and minority institutions (MI) in the proposed team, measured as a percentage of the total anticipated effort, regardless of whether the SB, SDB, HBCU or MI is a prime or, subcontractor, or joint venture partner. For your information, the subcontracting goals for the Tulsa District are 65% for SB, 10% for SDB, 5% for woman owned business, 5% for Veteran-Owned small business, and 3% HUBZone. g . Geographic Proximity. Location of the firm in general geographical area of SWD Boundaries. h. Volume of DoD Contract Awards During Previous 12 Months. Volume of DoD contract awards in the last 12 months as described in Note 24. The volume of DoD cont ract awards during the previous 12 months will be considered for equitable distribution of work among A-E firms. 4. SUBMISSION REQUIREMENTS: See note 24 for general submittal requirements. Interested firms having the capabilities to perform this work m ust submit one copy of SF 255 (and a SF 254 of the prime firm and all consultants) to Suzanne Jetton, U.S. Army Corps of Engineers, Tulsa District, 1645 South 101st East Avenue, Tulsa OK 74128 no later than 4:30 p.m. on January 31, 2002. The SF 255 should specifically address the requirements of this announcement. Include in your submittal, a proposed organization chart and a narrative description of how the organization will function. Responding firms are requested to clearly identify those tasks to be performed in-house and at what office and those tasks to be subcontracted and at what office. Specify the address of the office and key person that is assigned in Block 7C. Also, address your firm?s approach to Contract/Project Management and Quality Con trol in Block 10 of the SF 255. Firms failing to respond to these requirements may not be considered. No other notification is required. This is not a request for proposal (RFP). Personal visits to discuss this contract will not be scheduled. Question s should be addressed to Jack Schaefer, U.S. Army Corps of Engineers, Tulsa District, 1645 South 101st East Avenue, Tulsa OK74128. Solicitation/bid packages are not provided.
 
Web Link
Army Single Face to Industry
(http://acquisition.army.mil)
 
Place of Performance
Address: US Army Engineer District, Tulsa - Military ATTN: CESWT-CT, 1645 South 101st East Avenue Tulsa OK
Zip Code: 74128-4609
Country: US
 
Record
SN20011221/00008626-011220090843 (fbodaily.com)
 

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.