Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 23, 2003 FBO #0695
SOLICITATION NOTICE

C -- ENVIRONMENTAL COMPLIANCE AND ANALYSIS SERVICES (ECAS): TITLE I, TITLE II, AND OTHER ARCHITECT-ENGINEERING SERVICES TO ADMINISTER, COORDINATE AND TECHNICALLY SUPPORT ENVIRONMENTAL PROGRAMS

Notice Date
10/21/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Combat Command, ACC CONS, 130 Douglas Street, Suite 401, Langley AFB, VA, 23665-2791
 
ZIP Code
23665-2791
 
Solicitation Number
Reference-Number-FA4890-04-T-0003
 
Response Due
11/20/2003
 
Archive Date
12/5/2003
 
Point of Contact
Helen Vaughn, Contracting Officer, Phone 757-764-7582, Fax 757-764-0905, - Mercer Hurst, Contract Manager, Phone 757-764-7581, Fax 757-764-0905,
 
E-Mail Address
helen.vaughn@langley.af.mil, mercer.hurst@langley.af.mil
 
Small Business Set-Aside
Partial HUB-Zone
 
Description
SUBJECT: ENVIRONMENTAL COMPLIANCE AND ANALYSIS SERVICES (ECAS): TITLE I, TITLE II, AND OTHER ARCHITECT-ENGINEERING SERVICES TO ADMINISTER, COORDINATE AND TECHNICALLY SUPPORT ENVIRONMENTAL PROGRAMS OF INTEREST TO THE GOVERNMENT POC: Ms. Helen Vaughn, Contracting Officer, (757) 764-7582, helen.vaughn@langley.af.mil; Mr. Mercer Hurst, Contracting Specialist, (757) 764-7581, mercer.hurst@langley.af.mil DESC: NAICS 541330 (Engineering Services) applies to this acquisition, with a size standard of $4M. Air Combat Command, Langley AFB, VA desires to contract with Architect-Engineer (A&E) firms to perform Title I, Title II, and other A&E services to administer, coordinate, and technically support environmental programs of interest to Air Combat Command installations and other DoD agencies as requested by the agency and approved by HQ ACC/CEV and ACC CONS/LGC. The work includes all efforts necessary to manage and execute Title I, Title II, and other A&E services primarily for environmental projects including restoration, conservation, planning, compliance, and pollution prevention. The work also includes a secondary requirement for traditional A&E Services. Title I services include all aspects of design such as preparation of contract plans, specifications, scheduling, cost estimates, and preparation of operating and design manuals. Title I efforts also encompass those efforts required to support and develop design work, including planning and programming, program management, project scoping, studies, investigations, evaluations, consultations, conceptual design, value engineering, operation, monitoring, topographic survey services and optimization of environmental treatment or control systems. Title II services include supervision, inspection and oversight of environmental and traditional construction projects. Other A&E services include a full range of environmental and traditional services to include support necessary for the implementation of compliance, pollution prevention, conservation, and restoration environmental projects. These efforts include planning and programming, program management, scoping, studies, operations support (including data gathering and permit preparation), investigations (including geophysical), evaluations, consultations, conceptual design, value engineering, operation, monitoring, and optimization of environmental treatment or control systems. Also included are other related services for the continuation of an existing environmental program or to establish an initial environmental program. The Contractor shall also provide a full range of management services associated with conventional design for construction of facilities of interest to the government. These efforts include planning, programming, studies, investigations, interior design services, and other services not associated with a specific construction project. These resulting contracts are the follow-on to the existing ECAS A&E services contracts. A&E selection procedures will be used to competitively award seven (7) indefinite delivery/indefinite quantity (ID/IQ) contracts. Four (4) of these contracts will be awarded as full and open competition. Two (2) contracts will be awarded as competitive small business 8(a) set-asides and one (1) as HUBZone set aside. The estimated program ceiling for all contracts awarded under this announcement is $200M. There will be no individual task order amount limitation within the ceiling. The minimum order amount guarantee for each contract awarded is $250,000. Each contractor must clearly state the choice of competition (full and open, 8(a) or HUBZone) in SF 255 Block 3. An 8(a) and a HUBZone may compete under more than one category only if clearly stated in the SF 255 Block 3. Each 8(a) and HUBZone shall submit only one proposal regardless of choice of competition. Each proposal shall be evaluated only one time. If no declaration is present, the submittal shall be evaluated under the full and open competition only. Each contractor shall receive a maximum of one prime contract award. Each ID/IQ contract will have an ordering period of seven years ( 2004-2011) . Individual task order performance per FAR 52.216-22 may extend 36 months beyond the ordering period (2014). The basic ID/IQ contract will be structured to allow for the issuance of Firm Fixed Price (FFP), Fixed Price Incentive Fee (FPIF), and Time-and-Materials (T&M) task orders with preference given to utilizing FFP to the greatest extent possible. The task orders will be used to direct performance of the required effort. There will be no option periods for the basic contracts. However, we do intend to use options at the task order level for recurring requirements. Task Orders may be negotiated for multiple years and options exercised to implement out-year requirements. Selection of the A&E firms for these contracts will be based on the following evaluation factors that are listed in priority order of importance: (1) Specialized Experience. SF-255, Block 8, list only current projects or projects completed in the past five years. SF-255, Block 10 may be used to supplement project information. SF 254 Blocks 10 and 11, and SF 255 Blocks 6 and 9 may also be evaluated to support this criterion. Specific project experience will be evaluated for ability to support the following requirements: (a) environmental quality mission: compliance programs (Hazardous Material (HM)/Hazardous Waste (HW), storage tank management, water, waste water, spill management, Resource Conservation and Recovery Act (RCRA) Corrective Actions, Emergency Planning Community Right-to-Know Act (EPCRA), Toxic Substance Control Act (TSCA), asbestos, lead-based paint, PCB, radon, mold (indoor air quality), air), P2, Integration of compliance and P2, environmental management (assistance and evaluation teams, Environmental, Safety, and Occupational Health Compliance Assessment and Management Program (ESOHCAMP), Environmental Management System (EMS) pursuant to Executive Order (EO) 13148 and based upon specification in International Standards Organization (ISO) 14001, environmental education and training, sustainable infrastructure and operations); (b) conservation and planning mission: Environmental Impact Analysis Process (EIAP), natural and cultural resources, natural and cultural resources plans, Environmental Baseline Survey (EBS); (c) environmental restoration mission: Comprehensive Environmental Responsibility Compensation and Liability Act (CERCLA)/RCRA process, Engineering Evaluation/Cost Analysis (EE/CA), treatability studies, peer reviews, risk assessments, operations & maintenance, Remedial Actions-Operations (RA-O/Long Term Monitoring (LTM), Unexploded Ordinance (UXO), chemical agents, range clean-ups, and low level radioactive waste; (d) environmental Title I (design) and Title II (oversight) missions; (e) fuel facilities (Defense Energy Support Center (DESC); (f) force protection; (g) information technology (geobase, Computer Aided Design and Drafting (CADD), Geographic Information Systems (GIS), information management systems); (h) traditional Title I, Title II, and other A-E services; (2) Professional Qualifications of Key Personnel. SF 255, Block 4 (Personnel by Discipline), should show the entire proposed team by listing personnel from the prime contractor in line B and personnel from subcontractors/teaming arrangement in line A. SF 255, Block 7, should show brief resumes of key personnel of the firm/teaming arrangement. SF 254 Block 8 may also be evaluated to support this criterion. The combination of criteria below will be used to determine the ability of the staff to be effectively innovative and contribute to the successful completion of project task orders. Responses will be evaluated to determine personnel: (a) experience related to work requirements; (b) certification/licensing; (c) education; (d) Peer reviewed journal publications; (e) Years with company; (3) Past Performance. SF255 Block 10. Cite examples of performance and customer satisfaction such as recognition for technical achievements, cost savings, or commendations received by your team for projects similar to those being requested in this synopsis. Responses will be evaluated to determine: (a) ability to maintain cost, schedule and quality; (b) customer satisfaction. (4) Work Capacity. Within the SF-255, Block 10, each firm shall demonstrate how they will manage, coordinate and administer the work within the prime and among any teaming partners and subcontractors, to include chemical analytical laboratories. Subcontractors/teaming partners to be included by the prime contractor in their response should be clearly identified as such for evaluation purposes and will later be agreed to during negotiations of any resultant contract. SF 254, Block 9 and the Continental United States (CONUS)/Outside the Continental United States (OCONUS) information requested under criteria (5) to be provided in SF 255 Block 10 will also be evaluated to assist in determining this factor. SF 255 Blocks 5, 6, and 9 may also be evaluated to support this criterion. Responses will be evaluated to determine the following requirements: (a) ability to manage, coordinate, and administer work within prime and among teaming members; (b) capacity to perform work in-house and with teaming members; (c) ability to support concurrent and geographically dispersed projects; (d) CONUS capacity; (e) OCONUS capacity; (5) Volume of Work. SF-255 Block 10 should clearly identify, in table format similar to SF 254 Block 9, the volume of DOD work, volume of CONUS work, and volume of OCONUS work for each firm/team member and a total for the firm/teaming arrangement. Amounts should represent the total amount of contracts awarded for the previous 12 months from the date of this announcement. Note that the volume of CONUS/OCONUS is for all work (federal, DOD, and other). SF-254, Block 9, will also be reviewed for similar information on a firm-by-firm basis. Points will be assigned based on ranges similar to those found in SF-254, Block 9. (6) Location. All A&E firms responding will meet the evaluation criteria for this factor. Accordingly, no one firm will have a geographic advantage under this factor. The evaluation board may interview firms who are slated. Information to be provided will be determined at the time the decision is made to hold interviews. Prospective firms shall submit two copies of completed U. S. Government Standard Forms 254 and 255 no later than 4:00 PM EST on 20 Nov 03 to: ACC CONS/LGCE 130 DOUGLAS STREET LANGLEY AFB VA 23665 There is no page limit on SF Form 254s. Firms are directed to keep the total page count of SF Form 255 submission to no more than 100 pages of text numbered consecutively from 1 to 100. SF Form 255 shall be submitted on no more than 50 sheets of paper. Bind SF Form 255 and SF Forms 254s together. Bind the SF Form 255 first, followed by SF Forms 254s for the prime followed by team members as appropriate. The submittal shall be formatted as follows: 8.5 x 11, minimum element font size 10, double sided, secured with plastic comb binding element, landscape format, head to foot layout. Any additional pages and/or other documents submitted will be destroyed without consideration. This is not a request for proposal.
 
Place of Performance
Address: ACC CONS, 130 Douglas Street, Suite 401, Langley AFB, VA,
Zip Code: 23665-2791
Country: United States
 
Record
SN00455316-W 20031023/031021213135 (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 |
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.