SOLICITATION NOTICE
C -- A-E Environmental Services, Italy
- Notice Date
- 12/24/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Corps of Engineers, Europe District, Contracting Division, CMR 410 BOX 7, APO, AE 09096
- ZIP Code
- 09096
- Solicitation Number
- W912GB10R0019
- Response Due
- 2/1/2010
- Archive Date
- 4/2/2010
- Point of Contact
- Elaine Gray-Frasure, 611-9744-2429
- E-Mail Address
-
Corps of Engineers, Europe District, Contracting Division
(elaine.gray@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 1. GENERAL INFORMATION: The U.S. Army Corps of Engineers, Europe District, hereby solicits for A-E Environmental Services Indefinite Delivery Contract (IDC) to be procured in accordance with the Brooks Act (Public Law 92-582) and Federal Acquisition Regulation Part 36. It is anticipated that four or less IDCs will be negotiated and awarded for work 1) primarily in Italy with 2) minor work in Germany. All contracts will be awarded within one year of the A-E selection approval. Contractors will be afforded a fair opportunity to be considered for each task order. The Europe District will consider the following factors when selecting a contractor for a task order: uniquely specialized experience, performance and quality of deliverables under the current contract, current capacity to accomplish the order in the required time, and rational distribution of work among the contractors. The contract period will not exceed five years, with a base period of one year and four (4) 1-year option periods. The amount of work per each contract will not exceed $12 Million with a maximum amount per task order of $ 3 Million. Work will be issued by negotiated firm-fixed-price task orders not to exceed the maximum limits. 2. PROJECT LOCATIONS: Multi-disciplined A-E services are required for environmental related projects in support of the US Armed Forces. Contracts will be awarded for projects located primarily in Italy with 2) minor work in Germany. Task orders may be awarded for major work in Italy and for minor work in Germany. REQUIRED SERVICES: The contractor shall furnish all personnel, materials, (plant and equipment) and services to provide environmental support where there is a request for Europe District to execute actions. The Contractor will be requested to provide engineering services or support primarily including but not limited to the general environmental services and IMCOM-E program. General environmental services may also be required to a lesser extent. The Environmental Services program includes but is not limited to the following types of services: a. Perform remedial designs and all of the work required to design soil and/or groundwater remediation projects. In addition to providing the standard design documents, this may also include estimation of costs for one or a number of recommended soil, sediment or groundwater remediation solutions; providing an in-depth analysis of a limited number of remediation options, executing tests or studies to verify the performance of a recommended solution or to size and locate treatment facilities. Examples of this work include: bioremediation bench tests, air vapor extraction groundwater or soil remediation pilot tests, surface water retention basins, aquifer pump tests, or other pilot and bench scale tests. b. Perform Soil and Groundwater remedial investigation/studies to determine nature and extent of contamination derived from current or past operations. Collection of Hazardous substance (soil, sediment, groundwater or sludge) sampling and analysis and development estimates of impacted soil and groundwater with preliminary estimations of remediation costs. Prepare characterization reports and feasibility studies to evaluate remedial options. c. Preparation of Pollution Prevention Designs/Reports d. Development of management plans and/or studies on specific hazardous materials. These management plans will be used to evaluate current facility compliance with appropriate Host Nation regulations and make recommendations. e. Perform assessments and studies of media contaminated with Light Non-Aqueous Phase Liquids (LNAPL), Dense Non-Aqueous Phase Liquids (DNAPL), Petroleum, Oils and Lubricants (POL), Total Petroleum Hydrocarbons (TPH) Chlorinated Hydrocarbons (CHC) Polychlorinated Biphenyls (PCBs), Radioactivity and Radionuclides, Chemical Warfare Agents, Unexploded Ordnance, Asbestos and Asbestos containing materials (ACM). Perform UXO surveys and associated engineering mapping studies. f. Design, repair, removal and replacement of underground storage tanks or other facilities that may cause contamination and remediation of any associated hazardous wastes. g. Other environmental services, such as sustainable environmental designs, hazardous waste surveys, environmental management plans, work plans Quality assurance quality control (QA/QC), health and safety plans, environmental management system, geologic and hydrogeologic studies, baseline surveys, historical research and compliance with Host Nation and U.S. environmental requirements. h. Perform environmental assessments, surveys and or inspections of existing and former: buildings, motor pools, laundry facilities, underground storage tanks (UST), above ground storage tanks (AST), sewage treatment facilities, sewers, landfills and hazardous materials/hazardous wastes (HM/HW) storage areas. 4. SELECTION CRITERIA: Criteria A through F will be rated in descending order of importance. A. Specialized Experience and Technical Competence: Submittals must demonstrate the specialized experience and technical competence of the prime firm, joint venture partners, consultants, subcontractors and/or free-lance associates within the last five years in the types of projects specifically indicated above in paragraph 3, REQUIRED SERVICES. Project descriptions should demonstrate experience relevant to this announcement. Teams must have experience in Italy. Evidence of experience in Germany may also be considered. Please note that Block F of SF330 is meant for only 10 example PROJECTS that best demonstrate the firms qualifications rather than example CONTRACTS. At least 80 percent of these projects must show experience in Italy. A project is defined as work performed pursuant to one specific task order of an indefinite delivery contract (IDC) or work performed pursuant to a site-specific contract within a single installation or facility. An IDC type contract or the performance of work pursuant to multiple task orders of an IDC at multiple sites does not represent a project within this definition. Base contracts must not be included in Block F. B. Qualified Personnel: Firms must identify the qualifications of the following key personnel: Project Manager, Environmental Engineer, Environmental Scientist, Hydrogeologist, Geologist, Biologist, Chemist, Historian, Aerial Photogrammetrist, Geographic Information Systems (GIS) Manager and Cost Estimator. The evaluation will consider the education, training, certification, overall and relevant experience and longevity with the firm for all key personnel. The prime contractor/joint venture must also show evidence of having the legal capability to sign and stamp design documents in Italy. The evaluation will consider the key personnels experience obtaining certification and compliance with all applicable U.S., and host nation laws, criteria and regulations primarily in Italy but also in Germany. C. Past Performance: Submittals must include relevant past performance identified by contract number on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from ACASS, CPARS and other sources. D. Capacity: Firms must demonstrate the capacity and capability to perform at least three large task orders simultaneously. The evaluation will consider the experience of the firm and any joint venture partners or consultants in similar projects and the availability of an adequate number of personnel in key disciplines. The evaluation will also consider current contracting capacity with the Europe District. E. Knowledge of Locality: Firms must demonstrate knowledge of the locality and familiarity with the Europe Districts area of operations, and knowledge of U.S. and host nation legal and technical regulations, including experience in applying host nation environmental regulations to military projects. Knowledge of localities primarily in the regions of Veneto and Tuscany in Italy must be demonstrated. Knowledge in Germany is desirable as well as other parts of Italy. 5. SUBMISSION REQUIREMENTS: Firms that have the capability to perform this work are invited to submit two copies of Standard Form 330 for the proposed team, including the prime firm and all joint venture partners, consultants and free-lance associates, to the address below not later than 1600 hours Central European Time on the closing date of this announcement. The SF 330 Part I shall not exceed 75 pages (8.5 x 11), including no more than 30 pages for Section H. Each side of a sheet of paper is a page. Use no smaller than 12 font type. Firms responding to this announcement after the closing date and time will not be considered. Required forms may be obtained on the Internet at: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF. Forms must be complete and current. Each firm identified as part of this contract including free-lance associates must complete a separate Part II of the SF 330. Firms may be rejected for incomplete or missing SF 330s. Part II must show only the office or offices that are intended to have a key role in the contract. Blocks E and G of Part I must include only individuals proposed to perform the anticipated work, including all subcontractors or consultants, in the appropriate columns, and should not include persons that will not actually do the work. Block E must clearly show if individuals are full-time, consultants or free-lance. Do not include promotional brochures, advertisements or other extraneous material in a submission. This is not a request for proposal. Include the firm's point-of-contact, email address, telephone number and facsimile number in the submittal. 6. SPECIAL NOTE: Firms sending submittals from outside Germany via air courier or postal service should state the content value to be no cost or zero. If a monetary value is indicated on the package, the package may be delayed due to customs clearance. The Europe District is not responsible for any delays that result in late receipt of submittals. Be aware that heightened security measures may delay access to the Europe District in the Amelia Earhart Center; therefore early delivery of submittals is advisable. Firms responding to this announcement are requested to inform one of the points-of-contact below so that receipt of submittals by the closing date and time can be confirmed. A. For US/military postal service: Commander U.S. Army Corps of Engineers, Europe District ATTN: CENAU-CT (Elaine Gray Frasure) Announcement W912GB-10-R-0019 CMR 410, Box 7 APO AE 09049 B. For German postal service: Commander U.S. Army Corps of Engineers, Europe District ATTN: CENAU-CT (Box 7/ Elaine Gray Frasure) A-E Announcement W912GB-10-R-0019 Konrad-Adenauer-Ring 39 65187 Wiesbaden, Germany 7. POINT OF CONTACT for additional information: Ms. Marion Weingartner, Contract Specialist E-mail: marion.weingartner@usace.army.mil Phone: +49-611-9744-2606
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB10R0019/listing.html)
- Place of Performance
- Address: Corps of Engineers, Europe District, Contracting Division CMR 410 BOX 7, APO AE
- Zip Code: 09049
- Zip Code: 09049
- Record
- SN02031464-W 20091226/091224234044-cbd7a7d660d9322284e3bb49fd771e06 (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 |