Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2006 FBO #1714
MODIFICATION

C -- Architect and Engineering Environmental Services

Notice Date
8/4/2006
 
Notice Type
Modification
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, TX, 78150-4302
 
ZIP Code
78150-4302
 
Solicitation Number
FA3002-06-R-0036
 
Response Due
8/8/2006
 
Archive Date
8/23/2006
 
Description
NOTE: ADDITIONAL INSTRUCTION FOR SCORED ORAL INTERVIEWS IN THE EVALUATION CRITERIA. NAICS 541620 applies to this acquisition with a size standard of $6.5M. Headquarters Air Education and Training Command (AETC), Randolph AFB TX, plans to contract with Architect-Engineer (A-E) firms to perform Title I, Title II, Other A-E Services, and technical support for the Environmental Restoration, Pollution Prevention, Compliance and Conservation Programs primarily for AETC bases nationwide and, on a non-interference basis, other DOD installations and locations where there is primary Air Force responsibility. Architect and Engineering procedures will be used to award four Indefinite Delivery/Indefinite Quantity (IDIQ) contracts; three full and open competition and one 8(a). The contracts will be firm fixed-price with a cumulative ceiling of $200 million. There is a guaranteed minimum order amount of $2,500.00 per contract. The contracts will have a basic ordering period with nine option years with the period of performance extending two years beyond the ordering period. Task orders will be issued on an as-required basis during the contract period. Services required include, but are not limited to, preparation of various Environmental Impact Statements (EIS), Environmental Assessments (EA), Environmental Baseline Surveys (EBS), Natural, Cultural, and Historical Resource Studies, Environmental, Safety, and Occupational Health Assessment and Management Program Compliance and Management Program (ESOHCAMP) (environmental audits), Environmental Compliance and Installation Restoration Program (IRP) design, surveys, studies, long term operations and monitoring. Work includes, but is not limited to the following environmental areas, environmental investigations and studies including the environmental impact analysis process (EIAP), EBS, description of proposed action and alternatives (DOPAA), records of decision (RODs), base realignment and closure studies, base comprehensive planning, mapping, base capacity analysis, air installation compatible use zone documentation and natural and cultural resource surveys, plans and programs; threatened and endangered species surveys (including biological assessments); wetland and floodplain evaluation surveys; environmentally related designs (e.g., remediation, etc.); environmentally related emergency and interim response activities; environmentally related facility improvement or repairs; lead-based paint/radon/asbestos studies and abatement plans; hazardous waste/material investigations and hazardous waste/material minimization technology insertion; industrial hazardous waste/material management; ESOHCAMP; Air Programs (non-conformity analysis, emission inventories, modeling, etc.); permit applications and support; public hearings associated with environmental activities; toxic and hazardous contamination waste studies; water, groundwater, and wastewater treatment plants (including short and long term operations), value engineering and system optimization studies (related to treatment plants and technologies); regulatory/government agency partnering meetings and support; geological, geophysical, geotechnical, hydrogeological, and hydrological investigations; long term monitoring; bioassay and relative potency determinations; pilot plant investigations; unexploded ordnance (UXO) assessments; incidental and interim remedial activities; system operation and monitoring activities; emergency response; laboratory testing and/or field evaluation of environment equipment and landfill leachate monitoring and landfill siting investigations; identification and quantification of pollutants; water and wastewater characterizations; data reduction; drilling and monitor well installation; industrial waste water, and water (ground and surface) sampling and analysis; risk assessment; training; natural resource injury/damage assessments; engineering and technical assistance; database operation and support; Geographic Information System (GIS)/Technical Information System (TIS) development and operation; environmental reports (TRI, EPCRA, etc.) and those general areas of environmental sciences and engineering dedicated to the planning and improvement of environmental quality, miscellaneous technical support (environmental training and seminars, technical resource centers/information clearing houses, environmental conference support, writing pamphlets, reviewing policy, guidance and regulations, and recommending strategy and policy alternatives). Firms responding to this announcement are encouraged to highlight their present and anticipated capabilities in terms of products and services as they relate to the above areas. With regard to future capabilities, firms should describe how existing resources would be applied against these capabilities and how these capabilities could be used in the areas described above. Firms with specialized experience in any of the above areas should respond to this announcement. To limit the potential for conflicts of interest, a firm which performs location specific environmental audits under these contracts will be prohibited from performing the work required to correct the deficiencies identified during the audit for that site. A-E Selection criteria will include (in order of importance): (1) Specialized technical performance and capability, recent experience and anticipated future capabilities of the firm (including first tier subcontractors/consultants) in performing the types of services anticipated under this contract as outlined above; (2) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. The contractor shall include appropriate contract numbers, points of contact and date of most recent DCAA audit and agency who performed the audit; (3) Capacity to accomplish work in the required time, including rapid response when necessary. Also include the firm?s present workload (in Section F of the SF 330) and the availability of the project team (including first tier subcontractors/consultants) for the specified contract performance period; (4) Professional qualifications, certifications, and specialized experience of the team members (including first tier subcontractors/consultants) in performing the types of services anticipated under this contract as outlined above; (5) Volume of work previously awarded to the firm by the Department of Defense, the Air Force, and private industry work with the object of effecting an equitable distribution of A-E contracts among qualified firms within the last five years; (6) Proximity to HQ AETC at Randolph AFB TX; (7) State your commitment to small businesses, small disadvantaged businesses, and historically black colleges or universities and minority institutions. The 8(a) firms are exempt from responding to evaluation criteria #7. The Air Force reserves the right to conduct scored oral interviews with firms on the final list. This is not a request for proposal. All firms desiring consideration shall submit 4 completed copies of the Architect-Engineer Qualifications form (SF 330) with data pertaining to the prime and first tier subcontractor/consultant. Firms are directed to keep the total page count of submission to no more than 50 doubled-sided pages (a maximum of 50 sheets of paper) 8.5 x 11, minimum element Arial font size 10, and secured with plastic comb binding element, portrait format, head to foot layout; any additional pages and/or other documents submitted will be destroyed without consideration. Submittals must be received no later than 4:00 PM Central Time on 8 Aug 06. Those received after that date will not be considered. To be considered, submittals must be sent to AETC Contracting Squadron and addressed as follows: AETC CONS/LGCU, ATTN: Ms. Carmen Minerva/Ms. Juanita Cormier, 2021 First Street West, Randolph AFB, TX 78150-4302.
 
Record
SN01106886-W 20060806/060804222351 (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.