Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2007 FBO #2113
SOLICITATION NOTICE

C -- The U.S. Army Corps of Engineers, Huntington District announces procurement for Environmental Services. The poitn of contact for this procurement is Richard Horton, 304-399-5623.

Notice Date
9/7/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, Huntington, ATTN: CELRH-CT, 502 8th Street, Huntington, WV 25701-2070
 
ZIP Code
25701-2070
 
Solicitation Number
W91237-07-R-0020
 
Response Due
10/10/2007
 
Archive Date
12/9/2007
 
Small Business Set-Aside
N/A
 
Description
CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act (PL 92-582) as implemented in FAR Subpart 36.6. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work. Architect-Engineer Environmental Services are required for projects assigned to Districts within the U.S. Army Corps of Engineers, Great Lakes and Ohio River Division geographical boundaries to include Buffalo, Chicago, Detroit, Huntington, Louisvi lle, Nashville and Pittsburgh Districts. The majority of the work under this contract will be done within the boundaries of the Huntington District. If work is required outside the Huntington District, wage rates will be furnished and new line items incl uded by modification. One indefinite delivery contract will be negotiated and awarded with a base year and two option years. The amount of the contract will not exceed $3,000,000.00 over the life of the contract. Work will be issued by negotiated firm-fi xed price task orders. The contracts are anticipated to be awarded in February 2008. North American Industrial Classification System code is 541330, which has a size standard of $4.5 million in average annual receipts. This announcement is open to all b usinesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of work it intends to subcontract. The plan is not required with this submi ttal. Quality Control Plans will also be required at the time of award. The wages and benefits of service employees (see FAR 22.10) performing under the resulting contract must be at least equal to those determined by the Department of Labor under the Se rvice 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). 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. PROJECT INFORMATION: Work under this contract will include but is not limited to: preliminary assessments; site investigations; remedial investig ations; remedial design; services during construction; feasibility/corrective measures studies; site assessments; hazard ranking system packages; presumptive site assessments and engineering evaluation and cost analysis; treatability studies; pilot scale s tudies; general investigation and design activities in support of CERCLA, RCRA or other regulatory compliance; geophysical surveys; groundwater and surface water sampling and modeling; laboratory analysis; data management; GIS support; web site development and maintenance; database development and maintenance; oversight of field operations; construction management support; human and ecological risk assessments; community relations; preparation of decision documents and records of decision; various engineeri ng and technical support of corrective measure implementation activities. Additionally, the work will include asbestos inspections, lead paint inspections, UST investigations, AMD projects, Brownfields projects and ecosystem restoration projects. The A- E will provide additional services as required to support the Huntington Districts environmental mission. 3. SELECTION CRITERIA: The selection criteria for this particular contract are listed below in descending order of importance (first by major crit erion and then by each sub-criterion). Criteria A through F are primary. Criteria G-H are secondary and will only be used as a tie-breaker among firms that are essentially technically equal. A. Specialized Experience and Technical Competence. The firm mu st demonstrate specialized experience and technical competence in: (1) Successfully managing and performing broadly scoped environmental projects, site/operable unit complexity, and technical challenges as those present or anticipated within Huntington Districts environmental mission; (2) Successful integrated management and execution of environmental projects requiring significant coordination of simultaneous a ctivities, real-time integration of customer and regulatory agency coordination and input, and development of effective solutions to quickly arising technical/managerial challenges without a lapse of performance; (3 ) Environmental site assessments to dete rmine the potential for site contamination as a result of site activities or from activities on adjoining sites; (4) Site characterization to determine nature and extent of contamination including design and/or performance of sediment, soil, air and water sampling programs, subsurface investigation programs, installation of monitoring well networks, performance and/or oversight of other investigation techniques such as electromagnetic surveys, ground penetrating radar, soil gas surveys, application of surfa ce geophysical techniques, design performance and analysis of in-situ aquifer hydraulic tests, performance and/or oversight of tracer surveys; acquisition and analysis of other data to support corrective measure decision-making; (5) Selecting alternatives and developing designs/specifications for alternatives for remedial/removal actions or corrective measures and/or environmental projects of equivalent scope; (6) Development of typical deliverables supporting HTRW activities such as: Phase I Environmental Assessments, Phase II Environmental Assessments, Work Plans, Health & Safety Plans, Quality Control Plans, Sampling & Analysis Plans, Field Sampling Plans, Monitoring Well Installation Plans/Reports, Monitoring Well Abandonment Reports, Community Relations Plans, Project Surveys, Project Management Plans, Quality Management Plans, Data Management Plans, Investigation Derived Waste Plans, detailed project schedules, Closure Plans and Reports, technical reports to support decision-making such as site characte rization reports including chemical fate and transport models, Human Health and Ecological Risk Assessments, HRS Packages, RCRA Facility Assessments, PA/SI Reports, RFI Reports, RI/FS Reports, CMS Reports, CM/RD Reports, Groundwater Monitoring Reports, Rec ords of Decision, Decision Documents, Action Memorandums, Determination of NFA, EE/CA Reports, Cost Estimates, Oversight Trip Reports w/ photos, and other related deliverables; (7) Oversight and/or performance of chemical analytical services typically requ ired to support remedial/corrective measure decision-making at sites with 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 labora tory internal QA/QC consistent with that referenced in current USEPA guidance/requirements resulting in legally defensible data for inclusion into project deliverables, including demonstrated ability for timely identification of problems/issues in acquired data and alerting the client to the impacts of these issues as well as making recommendations for their resolution; (8) Appropriate management of investigation derived waste; (9) Oversight and/or performance of intrusive site investigations such as geopro be, drill augers, trenching, standard penetration sampling, undistributed soil sampling, piezometer installations, monitoring well installations, groundwater well installations, well abandonment and rock coring, to support site investigations and/or site o perations during a remedial/corrective action; (10) Evaluation of sites impacted by acid mine drainage and design and cost estimation of corrective treatment systems; (11) Support of community relations/stakeholder involvement activities; (12) Utilization of GIS (ARCVIEW/ARCINFO) and utilizing the Tri-Service Spatial Data Standards; (13) Producing GIS-compatible and CADD (Microstation) graphics in accordance with A/E/C CADD Standards; (14) Oversight and/or performance of site surveys utilizing traditional surveying techniques or GPS to support site investigations and/or site operations during a remedial/corrective action; (15) Asbestos sampling; (16) Lead paint sa mpling; (17) Technical support for litigation related to execution/implementation of environmental restoration activities; (18) Produce cost estimates. On the SF 330, cite whether the experience is that of the prime, joint venture partner or subcontractor . Work cited that is experience of the prime (or joint venture) from an office other than the main office shall be so labeled. B. Professional Qualifications. Qualified professional personnel in the following areas: project management, engineering discipl ines such as civil, chemical, environmental and geotechnical; chemists, geologists, hydrogeologists, biologists, toxicologists, and environmental scientists; Licensed Remediation Specialists (WV only); safety professionals, risk assessment specialists, cos t estimators/schedulers; environmental technicians; asbestos inspectors; drillers; surveyors. Registration, licensure, or certification as required by law and regulations of the appropriate state (Kentucky, Ohio, Virginia, North Carolina and West Virginia) will be necessary. Submitting firms should demonstrate the education, training, registration, overall and relevant experience, and longevity with the firm of key management and technical personnel. C. Past Performance. Past Performance on DoD and other environmental contracts with respect to cost control, quality of work and compliance with performance schedules, as determined from PPIRS and other sources. The Past Performance Information Retrieval System (PPIRS) is the primary source of information on past performance. However, any credible, documented evaluations may be considered, but the government is not required to seek other information on the past performance of a firm if none is available from PPIRS. D. Capacity to perform approximately $1,000 ,000 in work of the required type in a one-year period. The evaluation will consider the availability of an adequate number of personnel in key disciplines. Include an organization chart of the key personnel to be assigned to the project. Firms should d emonstrate strong ability to provide comprehensive program and project management for complex work; strong ability to provide comprehensive environmental technical and compliance support; ability to provide necessary personnel for expedited, complex and un expected field, laboratory and regulatory compliance support; ability to initiate, manage and complete multiple concurrent delivery orders; ability to meet unforeseen schedule changes. E. Knowledge of the Locality. Submitting firms should demonstrate know ledge of the area and federal, state and local regulators and regulations for Kentucky, Ohio, Virginia, North Carolina and West Virginia. F. Small Business (SB) and Small Disadvantaged Business (SDB) Participation: The extent of SB, SDB, historically bla ck colleges and universities (HBCU), and minority institutions (MI) will be measured as a percentage of the total anticipated contract effort, regardless of whether the SB, SDB, HBCU or MI is a prime contractor, subcontractor, or joint venture partner. G. Geographic Proximity: Location of the firm in the general geographical area of the Huntington District headquarters. H. Equitable Distribution of DoD Contracts: Volume of DOD A-E contract awards in the last 12-months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including small business and small disadvantaged businesses. 4. SUBMISSION REQUIREMENTS: Responses shall reference the solicitation number assigned to this procurement on the face of the envelope/package containing the proposal. Interested firms having the capability to perform the work must submit two copies of SF 330 Part I and two copies of SF 330 Part II for the prime firm and all consultants, to the above address not later than 4:30 PM on October 10, 2007. Include the firms DUNS number in SF 330, Part II, Block 4. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. This is not a request for proposal. Please do not register at the Huntington District website. Only timely SF 330s will be considered. The point of contact for this procurement is Richard.D.Horton@Lrh01.usace.army.mil
 
Place of Performance
Address: USACE, Huntington District ATTN: Richard Horton, CELRH-CT, 502 8th Street Huntington WV
Zip Code: 25701-2070
Country: US
 
Record
SN01399147-W 20070909/070907222142 (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.