Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2009 FBO #2687
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY CONTRACT(S) FOR ENVIRONMENTAL ENGINEERING SERVICES FOR THE CHICAGO DISTRICT, US ARMY CORPS OF ENGINEERS

Notice Date
4/3/2009
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Corps of Engineer, Chicago, 111 N. Canal, Suite 600, Chicago, Illinois, 60606
 
ZIP Code
60606
 
Solicitation Number
W912P6-09-R-0008
 
Point of Contact
Regina G. Blair,, Phone: 3128465371, Gregory A. Wynne,, Phone: 3128465376
 
E-Mail Address
regina.g.blair@usace.army.mil, gregory.a.wynne@usace.army.mil
 
Small Business Set-Aside
8a Competitive
 
Description
By way of this Announcement, the Chicago District Corps of Engineers announces its intention to acquire up to two Indefinite Delivery Contracts for A&E Environmental Engineering Services. This procurement will be conducted in accordance with the provisions set-forth by the Brooks A&E Act as implemented in the Federal Acquisition Regulation Subpart 36.6. The selected firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. PROJECT INFORMATION : The services will consist of Environmental Services for various civil works projects within the Chicago District's boundaries (Northeastern, IL and Northern, Indiana). Project work may include conducting environmental investigations and monitoring in accordance with Illinois, Indiana, and Federal guidance; sample collection, handling, analysis, interpretation of results, and development of reports; and other general environmental investigations and design work. Most work will require sediment, soil, and water sampling. The possibility exists that work may be performed for Districts within the boundaries of the Great Lakes & Ohio River Division, which includes all or parts of the following 17 States: Minnesota, Wisconsin, Illinois, Indiana, Ohio, Kentucky, New York, Pennsylvania, West Virginia, Tennessee, Alabama, Mississippi, Georgia, Michigan, North Carolina, South Carolina, and Virginia. CONTRACT INFORMATION : Up to two Indefinite Delivery Contracts may be negotiated and awarded from this A&E Announcement. Each contract term will consist of 5 years, which will include a base year and four option years. The overall value of each contract will not exceed $3,750,000.00. The government's minimum obligation under each contract will be $15,000.00 for the base year and $7,500.00 for the individual option years when or if exercised. Work will be issued by way of negotiated firm-fixed-price task orders. The contracting officer will consider the following factors in deciding which contractor will be selected to negotiate a task order with: performance and quality of deliverables under the current contract, current capacity to accomplish the order in the required time, uniquely specialized experience, and equitable distribution of work among the contractors. The contract(s) are anticipated to be awarded in August 2009. North American Industrial Classification System code is 541330, which has a size standard of $4,500,000.00 in average annual receipts. COMPETITION FOR THIS ACQUISITION IS LIMITED TO ELIGIBLE 8(a) CONCERNS. At least 50 percent of the cost incurred in the base year of the contract, as incurred for personnel, shall be expended for employees of the A&E concern; this requirement also applies to each individual option year of the contract. 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, as determined relative to the employee's office location (not the location of the work). To be eligible for contract award, a firm must be registered in the Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov. SELECTION CRITERIA : The selection criteria (A) through (F) are listed below in descending order of importance. Sub-criteria within each major criteria are in numbered lists that are in descending order of importance. Criteria (A) through (F) are primary. Criteria (G) and (H) are secondary and will only be used as "tie-breakers" among technically equal firms. A. Specialized Experience and Technical Competence: (1) Design and analyses for harbor and channel maintenance dredging projects including sampling and handling of a wide variety of media in accordance with Illinois and Indiana regulations; Experience in collection of sediment core and sediment surface grab samples from rivers, harbors, lakes, and near shore of Lake Michigan in varying water depths ranging from shallow streams to depths up to 50 feet using a variety of techniques; Experience in collection of water samples from rivers, harbors, lakes, and near shore of Lake Michigan in varying water depths using a variety of techniques; Ability to perform chemical, physical, and biological analysis of environmental samples for a wide range of parameters using SW-846 and other methods using laboratories certified under the National Environmental Laboratory Accreditation Program (NELAP). Laboratories must be able to comply with standards and conditions provided in the Department of Defense Quality Systems Manual (QSM) for Environmental Laboratories, which can be found at www.denix.osd.mil ; Experience and expertise in interpreting analytical results and Quality Assurance/Quality Control (QA/QC) results and applying statistical significance. Ability to perform independent Data Quality Assessments; Experience and expertise in comparing and applying principles from the Great Lakes Dredge Material Testing and Evaluation Manual, the Inland Testing Manual, the State of Illinois Tiered Approach to Corrective Action Objectives (TACO), the Indiana Voluntary Remediation Program, and the Indiana Risk Integrated System of Closure (RISC) guidance including evaluation of benthic impacts from solid and liquid phase bioassays, bioaccumulation testing, and elutriate testing; Technical competence in developing, implementing, and maintaining long term air, water, groundwater, or other monitoring programs; Experience in preparation of various reports including health and safety plans, Quality Assurance/Quality Control plans, work plans, sampling plans, and reports detailing the findings of environmental and sampling investigations. Specific report requirements will be provided in the individual Scopes of Work accompanying task orders. Items that may be required include but are not limited to maps, sample logs, narrative discussions, interpretation of data results, data presentation, and statistical analysis. Development of site specific health and safety plans shall be done in accordance with U.S. Army Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1), (2) Design and analyses for Phase I and II Environmental Site Assessments and HTRW investigations including sampling and handling of a wide variety of media in accordance with Illinois and Indiana regulations; Experience in collection of soil (grab and core) samples from upland sources using a variety of techniques; Treatability studies for sediments, soils, and other aqueous and non-aqueous contaminated media; Various CWA permit requirements especially compliance with section 401, 402, 403, 404, and applying for State water quality certification through contaminant determination reports; Risk analysis and risk assessments relative to Illinois and Indiana environmental regulations and in support of the Clean Air Act and the Clean Water Act; Experience in collection of groundwater samples from upland sources, which may involve the use of drilling equipment and/or the installation of monitoring wells; Experience with the application of Global Positioning Systems. Should be able to record locations within an accuracy of 1m, (3) Design and analyses for CERCLA, RCRA, LUST, brownfields, or other environmental programs including sampling and handling of a wide variety of media in accordance with Illinois and Indiana regulations; Developing and applying air and water quality models, including surface water and groundwater models which may be used for wasteload allocation or other air or water quality studies; Experience in GIS applications for the management of environmental quality data including mapping and geodatabase development; Non-invasive sub-surface scanning for buried tanks and drums; Conducting literature searches on various environmental engineering subject areas including but not limited to treatment and disposal technologies, chemistry, and mass transport. B. Professional Qualifications: (1) Experienced Environmental Engineers, Chemical Engineers, Civil Engineers, Chemists, and Geologists or Geotechnical Engineers, (2) Professional Engineers licensed in the State of Illinois and Indiana, (3) Experienced Botanists, Soil Scientists, Biologists, Risk Assessors, and Toxicologists, (4) Engineering technicians and field personnel trained and experienced in environmental and geotech sample collection, sample handling and analysis, and conducting environmental site investigations, (5) Field personnel with OSHA Hazardous Site Worker 40 hour training, Hazardous Site Supervisor training, first aid training, and CPR training in accordance with 29 CFR 1920.120 OSHA and 29 CFR 1926.65 OSHA and EM 385-1-1, U.S. Army Corps of Engineers Safety and Health Requirements Manual dated 3 November 2003. The evaluation will consider education, training, registration, overall relevant experience, and longevity with the firm. C. Past Performance on contracts with Government agencies and private industry in terms of the following: (1) Quality of work, (2) Timeliness and compliance with project schedules, (3) Cost control, and (4) Work efforts directed in the best interest of the client. D. Capacity of the firm to accomplish the anticipated work in an efficient manner with consideration of the firm's experience in similarly sized projects, the size and qualifications of the firm's staff in the required disciplines, and any significant equipment currently possessed by the firm. The firm's staff must be capable of responding to multiple task orders concurrently and within specified performance periods, which may include work orders in a single year totaling $750,000. E. Knowledge of locality including Illinois and Indiana environmental regulations and geographical, geological, hydrogeological, industrial, residential, and other environmental, natural, and manmade features in northeast Illinois and northwest Indiana. F. Location of the firm in the general geographic area of the Chicago District. This includes an approximately 5000 mi 2 area covering Cook, Lake, Will, DuPage, Kane, and McHenry counties in Illinois and Porter and Lake counties and the northern portion of LaPorte county in Indiana. G Extent of participation of Small Business, Small Disadvantaged Business, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. H. Volume of DOD contract awards in the last 12 months. In Standard Form 330, Block 30, Section H, describe the corporate quality control procedures and owned or leased equipment that will be used to perform this contract. SUBMISSION REQUIREMENTS : Interested firms having capabilities to perform this work must submit Parts I and II of the Standard Form (SF) 330 for the prime and joint venture(s) to the address below, no later than 5:00 P.M. on April 30, 2009. Part II of the SF 330 must be submitted for each consultant. On SF 330, Part I, Block 5, include DUNS number for the prime firm. On the SF 330, Part I, Block F, provide the title and contract award dates for all projects listed in that section. Submit responses to Regina Blair, Chicago District -USACE, 111 North Canal Street, Suite 600, Chicago, IL 60606 not later than 5:00 PM on April 30, 2009. Contracting questions can be directed to Ms. Blair at fax no. (312) 886-5475. Six copies of the SF 330 submission are required. Part I of the SF 330 shall have a page limit of 125 pages. A page is one side of a sheet. Font size shall not be less than 10 font. Effective immediately, the use of DUNS+4 numbers to identify vendors is limited to identifying different CCR records for the same vendor at the same physical location. For example, a vendor could have two records for themselves at the same physical location to identify two separate bank accounts. If you do not have a DUNS number, or want to register subsidiaries and other entities, call Dun and Bradstreet at 1-866-705-5711. NOTE: In order to maintain total objectivity in the AE selection process, phone calls and e-mails to discuss this announcement are discouraged unless absolutely necessary. Personal visits for the purpose of discussing this announcement will not be scheduled. This is not a request for proposal. FACSIMILE TRANSMISSIONS WILL NOT BE ACCEPTED. Solicitation packages will not be provided. THUS, THIS A&E ANNOUNCEMENT DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL. Point of Contact Regina Blair, (312) 846-5371 Fax your questions to the attention of Ms. Blair at: (312) 886-5475.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7a43d95f2cf77b99183d3cf3289a21dc&tab=core&_cview=1)
 
Place of Performance
Address: Work areas: Chicago District’s boundaries (Northeastern, IL and Northern, Indiana). The possibility exists that work may be performed for Districts within the boundaries of the Great Lakes & Ohio River Division, which includes all or parts of the following 17 States: Minnesota, Wisconsin, Illinois, Indiana, Ohio, Kentucky, New York, Pennsylvania, West Virginia, Tennessee, Alabama, Mississippi, Georgia, Michigan, North Carolina, South Carolina, and Virginia., United States
 
Record
SN01784914-W 20090405/090403215943-7a43d95f2cf77b99183d3cf3289a21dc (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.