SOLICITATION NOTICE
C -- Indefinite Delivery, Indefinite Quantity Contract for Environmental Engineering Services for Civil/Military Works within the South Pacific Division
- Notice Date
- 6/3/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Engineer District, Sacramento - Military, 1325 J. Street, Sacramento, CA 95814
- ZIP Code
- 95814
- Solicitation Number
- DACA05-03-R-0008
- Response Due
- 7/3/2003
- Archive Date
- 9/1/2003
- Point of Contact
- Barbara A. Marshall, (916) 557-5178
- E-Mail Address
-
Email your questions to US Army Engineer District, Sacramento - Military
(barbara.a.marshall@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA 1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks Architect-Engineer (A-E) Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the re quired work. Architect-Engineer services, including site investigation, planning, engineering studies, concept design, and final design, are required within the South Pacific Division (SPD) boundaries, Military and Civil Works, Hazardous Toxic and Radiolo gical Waste (HTRW) mission and National Environmental Policy Act (NEPA) compliance mission. Military boundaries for SPD include CA, AZ, NV, and UT, while Civil boundaries include CA, OR, NV, UT, AZ, WY and CO. Work will predominantly be within the Sacram ento District??????s area of responsibility, but could occur in other states within SPD boundaries as required by specific Federal Agency customers or at the direction of HQUSACE. A specific scope for work and services required will be issued with each task order. The contractor shall be responsible for design and drawings using computer-aided design and drafting (CADD) and delivering the two dimensional drawings in AutoDesk AutoCA D CADD software, release 2000. The Government will only accept the final product for full operation, without conversion or reformatting, in the AutoDesk AutoCAD release 2000 format, and on the target platform specified herein. The target platform is a Pe ntium 800 MHz, 256 MB Ram, and 20 GB Hard Drive with Microsoft Windows 2000 operating system. Drawings produced by scanning drawings of record or containing photographic images shall be delivered in a raster format compatible with the target platform Auto CAD electronic digital format. Drawing files shall also be delivered in Computer-aided Acquisition and Logistic Support (CALS) CCITT Group 4 raster format. The specifications will be produced in SPECSINTACT with the Standard Generalized Markup Language ( SGML) using the Unified Facilities Guide Specifications (UFGS). Specification files shall also be delivered in Adobe Acrobat Portable Data Format (PDF) or PostScript electronic digital format. Responding firms must show computer Internet capability for accessing the Criteria Bulletin Board System (CBBS) and DRChecks for design review. The estimate will be prepared using Corps of Engineers Computer Aided Cost Estimating System (M-CACES) (softwar e provided by Government) or similar software. Two Firm-Fixed Price, indefinite delivery, indefinite quantity (IDIQ) contracts will be negotiated and awarded, one of which will be awarded under the 8(a) Program. All 8(a) firms responding MUST state in their response their business size relative to the NAICS Code size standard and their intention to participate in the unrestricted contract as well as the 8(a) contract. If an 8(a) firm is silent on this issue, the 8(a) firm will be considered only for the 8(a) contract selection, and will NOT be conside red in the unrestricted selection. No one contractor will receive both awards. The first contract is anticipated to be awarded in August 2003. Contracts awarded from this solicitation must be awarded no later than one year from the date that the respons es to this synopsis are due. The NAICS code is 541330, which has a small business size standard of maximum $4.0 million of average annual receipts for its previous 3 fiscal years. With the award of more than one contract as a result of this announcement for the same or similar work, selection for task order awards will be made as follows: (1) all awardees will be given a fair opportunity to be considered for each task order award in excess of $2,500. (2) in making selection of the awardee to receive a s pecific task order, the Contracting Officer may consider past performance of previous task orders, quality of previous task orders, ability to accomplish the order in the required time, uniquely specialized experience, cost control, the fi rms strengths and previous experience in relation to the work requirements, geographic location described in the scope of work for each task order, and other relevant factors, including the need to place an order to satisfy a minimum guarantee. The contract awarded under the 8(a) Program will be for a one-year period, not-to-exceed $1,000,000 for the base year, and four 1-year option periods, not-to-exceed $1,000,000 each. The contract awarded on an unrestricted basis will be for a one-year peri od, not-to-exceed $1,000,000 for the base year, and two one-year option periods, not-to-exceed $1,000,000 each. The options may be exercised at the discretion of the Government. At the discretion of the Government, the option years may be exercised early if the Total Estimated Price is exhausted or nearly exhausted. If the first option is exercised prior to the one-year anniversary of the contract award date, the rates for the option year (if exercised early) shall be the same rates in effect for the bas e year until the anniversary date of the contract award is reached, and so on for the any subsequent options exercised. If the Total Estimated Price of the base year or any option year is not awarded within that years 12 month performance period and the G overnment has elected to exercise a subsequent option year, the remaining unused dollar amount may be added to the Total Estimated Price of the Option period being exercised. However, the Total Estimated Price of the contract, including options (if the Go vernment elects to exercise option years) shall not exceed $5M for the 8(a) contract, and $3M for the unrestricted contract. Task Orders shall not exceed the annual contract amount. The wages and benefits of service employees (See FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employees office location (not the location of the work). To be eligible for contract award, a firm must be registered in the DoD Central Contractor Registration (CCR) via the CCR Internet Site at http://www.ccr.dlis.dla.mil or by contacting the DoD Electronic Commerce Information Cent er at 1-800-334-3414. This announcement is open to all firms regardless of size. All interested Architect-Engineers are reminded that in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with t he efficient performance of the contract with small and small disadvantaged businesses. If a large business is selected for the unrestricted contract, it must comply with FAR 52-219.9 regarding the requirement for a subcontracting plan on that part of the work it plans to subcontract. The subcontracting goals for the Sacramento District that will be considered in the negotiation of this contract are: (1) at least 57.2% of the contractors intended subcontract amount be placed with small businesses (SB), ( 2) at least 8.9% with small disadvantaged businesses (SDB) (subset to small business), to include Historically Black College and University or Minority Institutions, (3) at least 8.1% with woman-owned small business (WOSB) (subset to small business), (4) a t least 3.0% with HUB-Zone Owned small businesses; and (5) at least 3% with Service Disabled Veteran-Owned small businesses (subset to small business). If a large business is selected for the unrestricted contract award, it will be required to submit a de tailed subcontracting plan at a later date. If the selected firm submits a plan with lesser goals, it must submit written rationale of why the above goals were not met. A detailed plan is not required to be submitted with the SF 255; however, the plans t o do so should be specified in Block 10 of the SF 255. 2. PROJECT INFORMATION: Task orders to be issued under this contract will require professional services for pre-design and design work, for which may inc lude soil, surface water, and groundwater sampling and testing; monitoring well installation; preparation of environmental documentation including health and safety plans, quality assurance and quality control plans, project management plans, data manageme nt plans, and community relations plans; related studies for water quality, air emissions, low level radiation, mine waste and miscellaneous requirements; preparation of cost estimates (M-CACES); preparation of design documents; preparation of feasibility studies for potential actions (e.g., sampling, monitoring, clean up, remediation, preliminary assessment/site investigations, remedial investigations, preservation surveys, restoration designs and management plans for historic structures and cultural resou rces, water or air resources corrective action plans, storm water pollution prevention plans, munitions and ordnance closures, design, removal, or replacement of underground storage tanks) at project and affected sites; and preparation of related environme ntal studies and documentation required for compliance with Federal, State, and local laws, regulations, and policy (e.g., NEPA, CERCLA, RCRA) for, and coordination of related permit applications for air quality, water quality, and/or noise abatement. All sample testing shall be conducted using Corps of Engineers validated and state certified laboratories. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. Criteria (a) through (d) are primary. Criteria (e) through (g) are secondary and will only be used as tie-breakers among technically equal firms. (a.) S pecialized experience and technical competence in: (1) Environmental investigation and feasibility studies at potentially contaminated sites, experience in characterization of site contamination, and experience in remedial design of hazardous waste and in dustrial process sites. (2) Environmental engineering services to include an in-depth knowledge of Federal and State environmental regulations, as well as in-depth experience in characterizing hazardous/toxic waste sites. (3) Firms should indicate in-hous e, consultant, or joint venture use when identifying specialized capabilities in geo-technical and environmental engineering; civil, chemical, and mechanical engineering; geology and ground water hydrology; industrial treatment processes; computer aided de sign drawings (CADD); chemistry; industrial hygiene, and asbestos certification (AHERA) as well as state licensing for asbestos consultants and technician levels. (b.) Past performance on DoD and other contracts with respect to cost control, quality of wo rk and compliance with performance schedules. Consideration will be given, as appropriate, to superior performance evaluations on recently completed DoD contracts. (c.) Qualified professional personnel in the following key disciplines: Environmental and geo-technical engineers; civil, chemical, electrical and mechanical engineers; geology and groundwater hydrology; with supporting disciplines in compliance specialists, chemists, toxicologists, certified industrial hygienist, asbestos certification (AHERA ), health physicists, risk assessors, technicians and CADD capabilities. The evaluation will consider education, training, registration, overall relevant experience and longevity with the firm. (d.) Capacity to accomplish the work in the required time, to accomplish multiple simultaneous task orders at different locations and the availability of an adequate number of personnel in key disciplines. (e.) Volume of DoD contract awards in the last 12 months as described below. (f.) Location of the firm in the general geographical area of SPD??????s area of responsibility. (g.) Extent of participation of small business, small disadvantaged business, woman owned small business, historically black colleges and universities or minority institutions in the pr oposed contract team, measured as a percentage of th e total estimated effort. 4. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit ONE (1) completed SF 255 (11/92 edition) US Government Architect-Engineer and Related Services Questionnaire for Specific P roject for themselves and ONE (1) completed SF 254 (11/92 edition) for themselves and one for each of their subcontractors to the office shown above, ATTN: A-E Negotiations Unit, Mr. Stanley Shibata, Unit Leader, 1325 J Street, Room 1079, Sacramento, CA 95 814-2922. In block 7 of the SF 255 provide resumes for all key team members, whether with the prime firm or a subcontractor; list specific project experience for key team members; and indicate the team members role on each listed project (i.e. project man ager, design engineer, etc). In block 9 of the SF 255, responding firms must indicate the number and amount of fees awarded on DoD (Army, Navy, and Air Force) contracts during the 12 months prior to this notice, including change orders and supplemental ag reements for the submitting office only. In block 10 of the SF 255, provide the quality management plan and organization chart for the proposed team. A task specific quality control plan must be prepared and approved by the Government as a condition of c ontract award, but is not required with this submission. If multiple offices are proposed for execution of contract services, identify the capabilities of each office by discipline, identify the location of all key personnel, and demonstrate previous hazardous/toxic waste project experience where multiple office s were used successfully (include specific reference regarding methods for coordinating between offices). Firms should also indicate all applicable professional registrations and /or certifications of all personnel and subcontractors proposed to work on t he contract. Responses received by the close of business (4:30 pm) on the closing date will be considered for selection. If the closing date is a Saturday, Sunday or Federal holiday, the deadline is the close of business on the next business day. No other notificatio n will be made and no further action is required. Solicitation packages are not provided for A-E contracts, and no additional project information will be given to firms during the announcement period. This is not a request for proposals. All responsible sources may submit the required SF 255 and SF 254, which shall be considered by the agency. POINT OF CONTACT: Mr. Stanley Shibata, Unit Leader, A-/E Negotiations Unit, (916) 557-7470.
- Place of Performance
- Address: US Army Engineer District, Sacramento - Military 1325 J. Street, Sacramento CA
- Zip Code: 95814-2922
- Country: US
- Zip Code: 95814-2922
- Record
- SN00338782-W 20030605/030603213655 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |