Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 25, 2005 FBO #1490
MODIFICATION

C -- -- AS AMENDED -- 12/23/2005 Indefinite Delivery Contracts for Environmental hazardous Toxic Radiological Waste (HTRW) Architecture Engineer Services

Notice Date
12/23/2005
 
Notice Type
Modification
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-06-R-0013
 
Response Due
1/10/2006
 
Archive Date
3/11/2006
 
Point of Contact
SHEILA R. GARRETT, 817-886-1058
 
E-Mail Address
US Army Engineer District, Fort Worth
(sheila.garrett@swf02.usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
--AS AMENDED 12/23/2005-- SMALL BUSINESS SET-ASIDE (100%) 1.0 - CONTRACT INFORMATION The required contracts are being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on d emonstrated competence and qualifications of the required work. The proposed contracts are for environmental architecture and engineering design services, including Hazardous Toxic and Radiological Waste (HTRW) related requirements that potentially include , but are not limited to any or all of the following: remedial investigations; Resource Conservation and Recovery Act (RCRA), facility investigations; investigation and design relative to Underground Storage Tank (UST) compliance; feasibility/corrective me asures studies; treatability studies; preparation of documents for submission to Federal, state and local agencies; pilot scale studies; engineering evaluations and cost analyses; general investigation and design activities in support of Comprehensive Envi ronmental Response, Compensation, and Liability Act (CERCLA), RCRA, or other regulatory compliance; support via environmental studies/plans regarding various environmental compliance regulations including but not limited to asbestos, lead base paint, and t he Munitions Rule; support via environmental studies or documentation of lease or transfer of government real property, records searches, oversight of field operations; construction management support, human and ecological risk assessments and other engine ering studies and reports; community relations; engineering design and drafting; planning; research; surveying and mapping; Geophysical Information System (GIS) modeling; inspections; shop drawing review; and other construction documents for a variety of h azardous waste and environmental type projects. Materials and sites to be investigated may contain Asbestos, Lead Based Paint, Chlorofluorocarbons (CFC), radiological wastes, UST's, Ordnance and Explosives (OE), or any other related HTRW/environmental mate rial on potentially contaminated sites. Some work may require attending public meetings, and coordinating with Federal, state, and local regulatory agencies. Services during construction activities may also be required. These services may be performed for support for all elements of the investigation, analysis, planning, pre-design, design, estimating, and construction phase services for military installations; Corps of Engineers civil works projects, and other Federal agencies. Certain aspects of the work required (dependent upon each task order) shall be done by or under the direct supervision of licensed professional Engineers. The North American Industrial Classification System (NAICS) Code applicable to this project is 541620, Environmental Consulting S ervices, which has a size standard of $6,000,000 in average annual receipts and corresponds to SIC Code 8999. The initial contract is anticipated to be awarded in January 2006. Up to two contracts may be awarded from this announcement. The contracts are 10 0% set-aside for small business. The cumulative total for the small business set-aside contracts shall not exceed $20,000,000 and a term of five periods. The maximum amount of each task order shall not exceed $2,000,000. Option periods shall be exercised i n 12 month increments to realize escalated labor rates. The capacity of the contract shall not be tied to one option period. The contracts shall be issued as Indefinite Delivery/Indefinite Quantity (IDIQ) type contracts, with firm fixed priced labor rates. Each task order issued shall be firm-fixed price (as negotiated). The contract shall be awarded subject to the availability of funds, FAR 52.232-18, because the contract shall not be fully funded at the time of award. Funding shall be cited on individual task orders. The IDIQ contracts shall have a guaranteed minimum of $5000.00. If multiple contracts are awarded under this announcement, the Contracting Officer will consider the following factors in deciding which contractor will be selected to negotiate an order: 1) uniquely specialized experience, 2) performance and quality of deliverables under any current Indefinite Delivery Contracts, 3) ability to accomplis h the order in the required time, 4) familiarity with design criteria/codes and construction methods used at the locality, 5) equitable distribution of work among the contractors. The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act. The proposed services will be obtained by Negotiated Firm-Fixed Price Contract. Projects outside the primary area of responsibility may be added upon approval of all parties and at the Option of Fort Worth District, Corps of Engineers. Task Orders issued against contracts awarded under this announcement may be by or for other Government agencies. To be eligible for contract award, firms must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-888-227-2423. 2.0 - PROJECT INFORMATION: No specific projects are identified at this time. As projects are received for execution, use of contracts awarded under this announcement will be considered if A-E services are to be utilized. The proposed A-E environmental contracts shall support various military and civil works projects which are generally within, but not limited to the Southwestern Division (SWD) regional boundaries to allow the flexibility of sharing capacity with other Corps Districts (outside SWD boundaries) and other Federal agencies. The SWD area of concer n includes Texas, Oklahoma, New Mexico, Arkansas, and Louisiana. The work may involve any of the following as a primary task or an incidental task under the definitized Scope of Work(s) issued under individual task orders: 1) remedial investigations; 2) RC RA facility investigations; 3) investigation and design relative to Underground Storage Tank (UST) compliance; 4) feasibility/corrective measures studies; 5) treatability studies; 6) preparation of documents for submission to federal, state and local agenc ies; 7) pilot scale studies; 8) engineering evaluations and cost analyses; 9) general investigation and design activities in support of CERCLA, RCRA or other regulatory compliance; 10) support via environmental studies/plans regarding various environmental compliance regulations including but not limited to asbestos, lead base paint, and the Munitions Rule; 11) support via environmental studies or documentation of lease or transfer of government real property, records searches, oversight of field operations ; 12) construction management support, human and ecological risk assessments and other engineering studies and reports; 13) community relations; 14) engineering design and drafting; 15) Planning; 16) Research; 17) surveying and mapping; 18) GIS modeling; 1 9) inspections; 20) shop drawing review; and other construction documents for a variety of hazardous waste and environmental type projects. 21) Ordnance and Explosives, Investigations. Materials and sites to be investigated may contain Asbestos, Lead Based Paint, CFC's, PCB's, Radiological Waste, UST's, OE, or any other related HTRW/Environmental Material on potentially contaminated sites. Some work may require attending public meetings, and coordinating with Federal, State, and Local regulatory agencies. 3 .0 - SELECTION CRITERIA: Selection criteria in descending order of importance are as follows: Criteria (a)-(t) are primary criteria; items (u)-(w) are secondary and are used as tie-breakers among technically equal firms): Specialized Experience and Technic al Competence (Ensure that all special experience requirements are reflected on appropriate personnel resumes in Section E, Part I, Standard Form (SF) 330. The selected team must demonstrate recent (within the past 5 years) significant experience in the items below. The definition of the word demonstrate, as used herein, is to furnish, show, or state examples of each of the following requested items: PRIMARY cr iteria are as follows: a) Professional Capabilities: IDIQ contracts will require each A-E contractor (either in-house or through consultant) as a minimum, to have the following capabilities: One Senior Project/Program Manager, four Project Managers, two Ch emists, two biologists, two Environmental Scientists, two risk assessors, two hydrologists, two Geologists, two Toxicologists, one hydrogeologist, one Archeologist, one Certified Industrial Hygienist, two Industrial Hygienists, one technical editor, two Ci vil Engineers, one Chemical Engineer, and one Cost Estimator. Additional qualified personnel in the following areas: environmental technicians capable or acquiring and handling environmental samples and data, drillers, surveyors, and CADD operators are req uired. Registration and certification as required by various state laws will be necessary. Firms should demonstrate strong ability to provide comprehensive program and project management for complex work; strong ability to provide comprehensive environment al technical and compliance support; ability to provide necessary number of teams or crews for complex and unexpected field, laboratory and regulatory compliance support; ability 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 of key management and technical personnel. b) Capacity to Accomplish the Work: Fir ms must show sufficient capacity to respond on short notice, mobilize qualified personnel, meeting all schedules and produce quality results under short deadline constraints to complete three task orders concurrently for accepted task orders. Submitting fi rms should demonstrate experience with similar size contracts and the available capacity of key disciplines. The firm must ensure that resumes are provided for each of the required Architects, Engineers, and other personnel specifically required. Resumes f or the survey crew, drill crew and testing lab are not required. Repeat Resume Page as needed to provide all required resumes. Firms must demonstrate adequate team capacity to design three task orders concurrently meeting all schedules. c) Past Performance : Demonstrate past performance with respect to cost control, quality of work, and compliance with performance schedules. Firms must demonstrate experience in evaluating contractors submittals and performing construction surveillance. d) Knowledge of Local ity: Firms must demonstrate familiarity (primarily, but not limited to) with the Texas, Oklahoma, New Mexico, Arkansas and Louisiana areas and their applicable architecture, building codes, environmental regulations, soil conditions, seismic requirements, and regulatory agencies. e) Firms must demonstrate management and performance of broadly scoped A-E environmental projects that comply with applicable USEPA, State and Department of Defense (DoD) requirements, particularly for customers and projects typica l of those supported by the Fort Worth District, U.S. Army Corps of Engineers. f) Firms must demonstrate site characterizations to determine nature and extent of contamination including design and/or performance of subsurface drilling programs, installatio n of groundwater monitoring well networks, sampling programs for various environmental media, performance and/or oversight of other intrusive investigation techniques such as soil gas surveys, application of surface geophysical techniques (e.g. electro-mag netic surveys), design performance and analysis of in-situ aquifer hydraulic tests (e.g. slug tests and various pump tests), acquisition and analysis of other d ata (e.g. geotechnical, ecological, demographic, limnological, paleogeographic, fluid/matrix properties of multi-phase systems, dendrochronological, geomorphologic, etc.) to support remedial decisions to determine the nature and extent of contamination bas ed on data gathered from drilling, sampling, surveying, and testing. g) Firms must demonstrate oversight and management of and/or performance of chemical analytical services typically required to support remedial decision-making at military installations w ith multi-media environmental contamination from various industrial sources 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 g uidance/requirements resulting in legally defensible data for inclusion into project deliverables. h) Firms must demonstrate the development of various environmental studies/plans regarding environmental compliance regulations including but not limited to asbestos, lead base paint, and the munitions rule. i) Firms must demonstrate the ability to select alternatives and developing designs/specifications for alternatives for remedial actions or corrective measures and/or environmental projects of equivalent s cope. j) Firms must demonstrate the development of typical deliverables supporting HTRW activities, or of the activities supporting the following: Investigation Work Plans, Health and Safety Plans, Quality Assurance Project Plans, Sampling and Analysis Pla ns, Community Relations Plans, Project Management Plans, Data Management Plans, Waste Management Plans, Detailed project schedules, Closure Plans and Reports, Laboratory Service Contracts for Chemical and Physical Analyses, and Technical reports to support decisions such as site characterization reports including chemical fate and transport models, Human Health and Ecological Risk Assessments, RCRA Facility Assessments, Preliminary Assessment/Site Inspection Reports, RCRA Facility Investigation Reports, Re medial Investigation/Feasibility Study Reports, Corrective Measure Study Reports, Corrective Measure and Remedial Designs, Groundwater Monitoring Reports, Records of Decision, Determination of No Further Action, Engineering Evaluation/Cost Analysis Reports , deliverables supporting UST compliance requirements, Construction Plans, Cost Estimates, and other related deliverables. k) Firms must demonstrate the support of community relations/stakeholder involvement activities (e.g. development and maintenance of administrative records, support of Restoration Advisory Boards, etc.) l) Firms must demonstrate the oversight of field investigation abilities/knowledge. m) Firms must demonstrate working knowledge of environmental projects in EPA Region VI. n) Firms must demonstrate appropriate management of investigation derived waste services. o) Firms must demonstrate the utilization of geographic information systems and other sophisticated data management/visualization techniques. p) Firms must demonstrate their abilit y to produce GIS compatible and CADD graphics in accordance with Federal Special Data Standards. q) Firms must demonstrate their ability to produce cost estimates using the Corps of Engineers Micro-Computer Aided Cost Estimating System (MCACES Gold) (softw are provided) and using the Air Force Remedial Action Cost Engineering and Requirements (RACER) cost estimating system (software provided). r) Must demonstrate the firms ability to develope the nature and extent of the responsibility and cost allocation f or investigation and cleanup of hazardous waste sites where a civil or military organization of the U.S. government is named as a Potentially Responsible Party. s) Firms must demonstrate technical support for litigation related to execution/implementation of environmental restoration activities. t) Firms must demonstrate ability to prepare reports compatible with the most recent versions of Microsoft Office softw are. SECONDARY criteria are as follows: u) Subcontracting: Firms must show the extent of participation of SB, SDB, WOSB, Service Disabled VOSB, HubZone SB, and HBCU/MI in the proposed contract team, measured as a percentage of the estimated effort. v) Geog raphic Proximity. Proximity is the physical location of the firm in relation to the location of the project. w) Volume of DoD contract awards: Firms must show their last 12 months DoD contract awards stated in dollars. 4.0 - SUBMISSION REQUIREMENT: Submit tals shall be sent to: U.S. Army Corps of Engineers Attn: Henry Kasten CESWF-PER-D(KASTEN) 819 Taylor Street, Room 3A12 (P.O. Box 17300) Fort Worth, Texas 76102-0300 Interested firms having the capabilities to perform this work must submit one copy of SF 3 30 (6/2004 Edition), as indicated below to the above address not later than 3:00 p.m. (Central Standard Time) on 10 January 2006. Responding firms must submit a copy of a current (signed within the past 12 months) an accurate SF 330, Part II for themselves and each proposed consultant even if an SF 330, Part II is already on file. SF 330, Part II shall be provided for the specific prime, other offices of the prime and subcontractor offices proposed to perform the work. Indicate in Block 3b of each SF 330, P art II if the firm is a Large, Small and Disadvantaged or Woman-Owned Small Business. To be classified as a small business, a firms average annual receipts or sales for the preceding three fiscal years must not exceed $6 million. The prime shall submit on ly one SF 330, Part I for the design team, completed in accordance with the instructions. It must contain information in sufficient detail to identify the team (prime, other offices of the prime firm and consultants) proposed for the contract. The A-E shal l not include company literature with the SF 330. The lead firm on the team is the prime contractor. If the prime has more than one office, every one of its offices listed in Section C would be considered both a prime and a branch office. If the submittal is by a joint-venture, than the various key offices of the joint-venture listed would be considered both J-V partner and a branch office. If a subcontractor has more than one office, every one of its offices listed in Section C would be considered both sub contractor and a branch office. The A-E shall not include company literature with the SF 330. In Block No. 4 of the SF 330, Part II, provide the Dun and Bradstreet Number (DUNS) for the prime A-E or Joint Venture. The DUNS number must be for the firm perfo rming the work; i.e., not the parent company DUNS number if the firm has branches, but a DUNS number specifically for the office, prime or branch performing the work. Each branch office, joint venture and/or subcontractor must have their own DUNS number. F or assignment of DUNS numbers, contact the Dun and Bradstreet office at 1-866-705-5711 or via the Internet at http://www.dnb.com. The DUNS procedures replace the previous ACASS system/procedures. In Block C of the SF 330, Part I, identify the discipline/se rvice to be supplied by each consultant. Provide brief resumes in Block E of the on-staff or consultant employees you intend to use to perform the work. Resumes must be submitted for each employee required to meet the minimums stated above in paragraph 3b. In Block G-26, along with the name, include the firm/location the person is associated with. The names of all individuals included in the resumes in Section E shall be listed in Block G-26 along with their firm location and their roles even if example pro ject experience in Block G-28 is not applicable. Also, include a Team Project Organizational Chart for each firm proposed. A maximum of 10 projects including the prime and consultants will be reviewed in Part I, Block F. Use no more than one project per pa ge, maximum of 10 pages will be accepted for this section. In Block H of the SF 330, Part I, provide a narrative to address each of the requirements, to include a draft Design Quality Control (DQC) Plan. It shall include a brief presentation of internal controls and procedures that you use to insure that a quality design is produced. DOD awards shall be shown in an itemized summary including Agency, Contract Numb er/Task Order No., Project Title, and Award Amount dollars. Include a total of all listed awards. Note that award of Indefinite Delivery Contracts should not be counted as award amounts; only actual Task Orders and any modifications thereto should be inclu ded in the amounts. When demonstrating team capabilities, firms shall clarify planned capability, existing capability, and any prior experiences. Include any other relevant information including a short discussion of why the firm is especially qualified ba sed upon the specific selection criteria listed in Section 3. Do not exceed twenty (20) pages for Block H. Submittals shall be prepared using Standard English and must be written in a concise, yet clear and informative style. Submittals shall us a minimum 10 point Arial style font in preparing narrative elements and a minimum 10 point Arial style font in preparing tables. Submissions shall not include color elements although italics and/or underlining are acceptable for emphasis. Front and back side use of a single page will count as 2 pages. Pages in excess of the maximum will be discarded and not used in evaluation of the selection criteria. Maximum page size shall be 8.5 x 11. Personal visits to discuss this announcement WILL NOT BE SCHEDULED. Solicitatio n packages are not provided for A-E contracts. 5.0 - POINT OF CONTACT: Contracting Sheila R. Garrett, Contract Specialist  Email: Sheila.garrett@swf02.usace.army.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (23-DEC-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/COE/DACA63/W9126G-06-R-0013/listing.html)
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
Country: US
 
Record
SN00957945-F 20051225/051223213030 (fbodaily.com)
 
Source
FedBizOpps 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.