Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 05, 2005 FBO #1440
SOLICITATION NOTICE

C -- Indefinite Delivery Architect-Engineer Services Contracts In Support Of Hazardous, Toxic, And Radioactive Waste (HTRW) Program

Notice Date
11/3/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-06-R-0004
 
Response Due
12/16/2005
 
Archive Date
2/14/2006
 
Small Business Set-Aside
Partial Small Business
 
Description
PLEASE CONTACT Ms. Shelley Thomas, Contract Specialist, at Shelley.Thomas@usace.army.mil if you have any questions regarding this announcement. (1) CONTRACT INFORMATION: These contract(s) are being procured in accordance with Public Law 92-582, (Br ooks Act) as implemented in FAR Subpart 36.6. Firm(s) will be selected for negotiation based on demonstrated competence and qualifications for the required work. These Architect-Engineer (A-E) contracts are required to support the Hazardous, Toxic, and R adioactive Waste (HTRW) Program for the Kansas City District, U.S. Army Corps of Engineers. Up to three (3) Indefinite Delivery Contracts will be negotiated and awarded, to a firm in each, Small Business (SB), Small 8(a), and Small Disadvantaged Veteran O wned Small Business (SDVOSB) categories, limited to one contract per qualified firm, each with a contract period of one year, with two (2) one-year option periods, not to exceed $3,000,000.00. Individual task orders under the contracts will be of the firm -fixed price, firm-fixed price plus award fee, cost plus award fee or cost plus incentive fee type. The focus of the proposed A-E services contracts is to support customers of Districts within the Northwestern Division of the U.S. Army Corps of Engineers, including the Environmental Protection Agency (EPA) Region II. Task orders will be issued as the need arises during the contract period. It is anticipated that the first contract will be awarded not earlier than February 2006. One or more months may el apse between subsequent contract awards. The method used to allocate Task Orders among the Contracts will include consideration of experience within the defined geographical boundaries, user needs, capacity to accomplish the Task Order in the required tim e frame, and past performance. This announcement is restricted. The North American Industrial Classification System Code (NAICS) is 541330, which has a size standard of $4,000,000 in average annual receipts. 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 of 1965, and will be determined per task order basis and dependant upon the requested services and location . (2) PROJECT INFORMATION: The type of work to be accomplished could include HTRW site investigations, subsurface exploration, chemical sampling, testing and analyses, hazard evaluations, feasibility and other engineering studies and reports, wetlands det ermination and mitigation studies, groundwater modeling, fate and transport analysis, HTRW designs including wastewater treatment plant facilities and landfills, surface and groundwater remediation, potable water-planning, design and operation/maintenance, preparation of plans and specifications, cost estimating, field inspections, verification of existing conditions, surveying and mapping, community relations, and HTRW Construction Phase Services that include, but are not limited to, engineering design dur ing construction, checking shop drawings and reviewing value engineering proposals, including radiological and mixed wastes. Ancillary services for architecture, landscaping, historical preservation and archaeological investigations may also be needed as a subset to HTRW mitigation. (3) SELECTION CRITERIA: Primary selection criteria are listed in descending order of importance: (1) Specialized experience and technical competence: [FAR 36.602-1(a)(2)]. Responding firms should demonstrate experience durin g the past five (5) years. The board will evaluate the specialized experience on projects and the technical capabilities of the prime firm and any subcontractors. The effectiveness of the proposed project team (including management structure, coordinatio n of disciplines, offices and/or subcontractors; and prior working relationships) will also be examined. State whether the experience is that of the prime (or joint venture), consultant or an individual. Work cited that is experience of prime (or joint venture) from an office other than that identified shall be so labeled. Specialized experience to be evaluated for this project is as follows (all specialized e xperience factors are listed in descending order of importance): (a) investigation, planning, design, and construction phase services for a variety of hazardous, toxic, and radioactive waste cleanup projects. Experience must demonstrate wide-ranging capa bilities for diverse projects with differing contaminants in various media; (b) adherence to regulations and practices pertaining to hazardous waste sampling, handling, transportation and disposal. Knowledge of local and state environmental regulations a nd experience dealing with local and State regulatory entities; (c) oversight of RI, FS, RD, RA, and LTRA performed by other parties, in conformance to their respective consent decrees or administrative orders negotiated with EPA; (d) demonstrated quality management procedures. Include a proposed organizational chart and a narrative description of how the quality management procedures will function to include internal quality control and who is responsible. (2) Professional Qualifications [FAR 36.602-1(a) (1)]. The board will evaluate, as appropriate, the education, training, registration, overall and relevant experience, longevity with the firm, and experience working together of key management and technical personnel. This criterion is primarily concern ed with the qualifications of the key personnel and not the number of personnel, which is addressed under the capacity criterion. Responding firms should demonstrate the professional qualifications in these primary disciplines, which are listed in descend ing order of importance. List professional registrations for the disciplines: (a) Environmental engineering; (b) Chemical process engineering; (c) Chemistry; (d) Risk Assessment; (e) Hydrogeology; (f) Civil Engineering; (g) Geotechnical engineering; (h) I ndustrial hygiene; (i) Health physics; (j) Cost engineering; (k) Geology; (l) Archaeology; (m) Mechanical engineering; (n) Electrical engineering; (o) Architecture/Landscape Planning. (3) Past Performance [FAR 36.602-1(a)(4)]. ACASS is the primary source of information on past performance. ACASS will be queried for all firms submitting a proposal. When deemed appropriate by the evaluation board, performance evaluations for any significant subcontractors who have previously been prime A-E contractors may also be considered. The board may seek information on past performance from other sources, but is not required to seek other information on the past performance of a firm if none is available from ACASS. The board will consider the relevancy of each per formance evaluation to the proposed contract, including the type of work, performing office, age of the evaluation, and whether subsequent evaluations indicate a change in a firms performance. A firm that has earned excellent evaluations on recent DoD A- E contracts for similar projects will be ranked relatively high on past performance. (4) Capacity [FAR 36.602-1(a)(3)]. The board will consider a firms available capacity of key disciplines to perform work in the required time. The board will also cons ider the prime firm and its consultants in the offices proposed to perform the work in relationship to the firms current workloads. (5) Knowledge Of The Locality [FAR 36.602-1(a)(5)]. The board will evaluate a firms familiarity with local conditions. Examples include knowledge of, and experience dealing with, the state and local regulatory agencies, geological features, climatic conditions or local construction methods that are unusual or unique. Work under these contracts may be in a widely dispers ed geographic area, therefore, responding firms should demonstrate the extent of their capabilities. The overall most highly qualified firms will not be reject ed solely in the interest of equitable distribution of contracts. Responding firms should cite all contract numbers, award dates and total negotiated fees for any DoD contract awarded within the past twelve (12) months. Please indicate all Task Orders an d Modifications awarded your firm by DoD agencies within the last twelve (12) months under an indefinite delivery type contract. Indicate date of Task Orders and fee for each. (4). SUBMITTAL REQUIREMENTS: Interested firms having the capabilities to per form this work must submit five (5) copies of their SF330 to the address listed no later than close of business [4:00 P.M. (CST)] on 16 December 2006. Copies of the SF 330, Part II, for the prime firm and all consultants shall be included in the SF330. I nclude the firms ACASS number in SF330, Section H, and describe the firms overall Quality Management Plan. Section H is limited to twenty (20) pages with double-sided sheets counting as two pages. For all SF 330 sections, use no smaller than 10 pt. Fon t. A contract-specific Quality Control Plan will be prepared and submitted by the A-E after Contract award, but is not required with this submission. Solicitation packages are not provided. This is not a request for proposal. Submit responses to: U.S. Army Engineer District-Kansas City, ATTN: CENWK-CT-H/S. Thomas, 757 Federal Building, 601 East 12th Street, Kansas City, MO 64106-2896. No faxed submittals shall be accepted, and any submittals received after this date will not be considered. To be eli gible for contract award, a firm must be registered in the DoD Central Contractors Registration (CCR) database. Register via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-877-DLA-DALL or 1 -877-352-2255. There is a new Federal Integrated Acquisition Environment (IAE) initiative called Online Representations and Certifications Application (ORCA). ORCA is a web-based system that centralizes and standardizes the collection, storage, and viewi ng of many of the representations and certifications required by the Federal Acquisition Regulations and previously found in solicitations. According to the language in FAR case 2002-024, vendors are required to use ORCA beginning 01 January 2005. Detail ed information can be found in FAR Case, as well as by visiting the Help section of the ORCA website at http://orca.bpn.gov . The help section includes ORCA background information, frequently asked questions (FAQ), the ORCA Handbook, and whom to call for assistance. For questions of a technical nature, please contact Mary Lyle at Mary.B.Lyle@usace.army.mil.
 
Place of Performance
Address: US Army Engineer District, Kansas City ATTN: CENWK-CT-H, 60l East 12th Street, Room 757 Kansas City MO
Zip Code: 64106-2896
Country: US
 
Record
SN00925958-W 20051105/051103212200 (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.