MODIFICATION
C -- ARCHITECT-ENGINEERING SERVICES for HAZARDOUS TOXIC AND RADIOLOGIC WASTE (HTRW) PROJECTS, VARIOUS LOCATIONS IN THE CORPS NORTH ATLANTIC DIVISION
- Notice Date
- 2/8/2010
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- USACE District, New England, 696 Virginia Road, Concord, MA 01742-2751
- ZIP Code
- 01742-2751
- Solicitation Number
- W912WJ-10-R-0014
- Response Due
- 3/8/2010
- Archive Date
- 5/7/2010
- Point of Contact
- Brad Schweitzer, 978-318-8022
- E-Mail Address
-
USACE District, New England
(brad.a.schweitzer@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- C-ARCHITECT-ENGINEERING SERVICES for HAZARDOUS TOXIC AND RADIOLOGIC WASTE (HTRW) PROJECTS, VARIOUS LOCATIONS IN THE CORPS NORTH ATLANTIC DIVISION (ME, NH, VT, MA, CT, RI, NY, PA, NJ, DE, MD, VA, WV, AND THE DISTRICT OF COLUMBIA [PRIMARILY IN THE NEW ENGLAND DISTRICT (NAE) MISSION AREAS (ME, MA, CT, RI, NH, and VT)]) 1.CONTRACT INFORMATION: Four (4) 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 demonstrated competence and qualifications for the required work. See Numbered note 24 for general information on A-E selection Process. Work will primarily be performed within the boundaries of the New England and New York Districts, but work may also be required at other locations within the boundaries of the North Atlantic Division and assigned mission areas. Four (4) Indefinite Delivery/Indefinite Quantity Contracts (ID/IQs) will be negotiated and awarded with a base year and four option years. Work will be issued by negotiated firm-fixed-price task orders. The amount of two of the contracts will not exceed $5,000,000 each. The amount of the remaining two contracts will not exceed $2,500,000 each. These contracts are set aside for small businesses only. Small businesses for this contract action are defined under the North American Industry Classification Code (NAICS) of 541330, which specifies that the firms have no more than $4,500,000 in average annual receipts over the past three fiscal years. The minimum guarantee amount over the life of the contracts is $100,000 for each of the two $5,000,000 contracts and $50,000 for each of the $2,500,000 contracts. A minimum of one contract will be awarded to a Service-Disabled, Veteran- Owned small business/firm and a minimum of one contract will be awarded to an 8(a) small business/firm. 2.PROJECT INFORMATION: The work includes, but is not limited to study, investigation, design and construction phase engineering services for HTRW sites/projects located anywhere within the boundaries of the North Atlantic Division, and other mission areas as assigned. The sites may be: a.Currently owned or controlled by the Federal Government, either military or civilian agencies. b.Formerly Used Defense Sites (FUDS). c.Formerly Utilized Sites Remedial Action Program (FUSRAP) sites, or d.Other sites where the USACE is authorized to perform HTRW studies, investigations, designs, or incidental environmental remediation services in support of remedial actions and long-term operation and maintenance (O&M). Expertise required includes, but is not limited to registered, licensed and/or certified professional engineers, scientists and surveyors. 3.SELECTION CRITERIA: Selection criteria are listed below in descending order of importance. Criteria (a) through (g) are primary factors, criteria (h) and (i) are secondary factors and will only be used as, 'tie-breakers', among firms that are essentially and technically equal. a.Firms must demonstrate Specialized Experience and Technical Competence in the following area (FAR 36.602-1(a) (2) implementing and executing all phases of HTRW projects following the RCRA/CERCLA cleanup process. b.Identification, qualifications (professional registration/licensure/certification and education) and experience of engineering and scientific personnel to accomplish HTRW investigations, feasibility studies, designs, remediation oversight and/or optimization assignments. The firm must have on staff (or provide through a consultant[s]) personnel with professional registration, certification and/or licensure in the six New England District states (ME, NH, VT, MA, CT, and RI) and NY/NJ). The firm must also include a statement that they have the ability to obtain Professional Engineer/Scientist registration/certification and/or Land Surveyor licensure in all NAD mission areas (PA, DE, MD, VA, WV, and the District of Columbia) in a timely manner if required. The qualifications and experience/expertise necessary includes, but is not limited to the following: (1)Design and implementation of remediation strategies/options to include identification, pilot testing and application of innovative and/or alternative treatment technologies. (2)Geological, geotechnical, geothermal and geophysical investigations. (3)Groundwater investigation and modeling (to include contaminant fate and transport assessment). (4)Environmental chemistry data collection, management and interpretation (Offerors are required to provide analytical chemistry testing capability that is compliant with the Department of Defense (DoD) Environmental Lab Accreditation Program). (5)Preparation of human health and ecological risk assessments, and providing toxicology, health physics and industrial hygiene expertise. (6)Familiarity with and experience in DoD environmental cleanup requirements with local, state, and Federal regulatory requirements to include negotiations with regulatory agencies (authorities). (7)Optimization, operation and maintenance of HTRW remediation systems. (8)Engineering services during construction of HTRW remediation projects. (9)Experience in providing Surveying and Mapping services. This factor will be evaluated based upon fulfillment of the following, equally weighted, further sub criteria. (a)Firms must demonstrate specialized experience and technical competence in: (1)Topographic surveying for construction reference planes using Differential Global Positioning Systems (DGPS) and conventional survey techniques. (2)Static/kinematic DGPS equipment capable of subcentimeter measurement accuracy, electronic total station with data collector (firms must own or lease this equipment). (b)Firms must possess a working knowledge of Federal and state survey laws, and USGS and state plane coordinate systems. (c)Firms must have staff qualified for level C for HTRW sites. Qualifications of personnel, including current training certification, medical surveillance forms, etc., will be required prior to award of any contract. (d)Firms must be of sufficient size to field 3-person HTRW crew. (e)Firms must demonstrate (either itself or by subcontract) the ability to provide aerial photography and photogrammetric survey services. c.Past Performance (FAR 36.602-1(a) (4)). The firm must possess a good record of past performance on contracts with respect to cost control, quality of work, and compliance with performance schedules. d.Capacity (FAR 36.602-1(a) (3)). The firm must have the capacity to accomplish the work in the required time. e.Firms must demonstrate previous experience in preparing work and construction cost estimates with the Micro Computer Aided Cost Estimating System (MCACES) or Remedial Action Cost Estimation Reporting system (RACER) and Life Cycle Cost Analysis methodology. The firm shall also demonstrate experience in the development of construction contingencies based upon the knowledge of Risk Analysis and level of design detail. f.Firms should have capability to provide all design deliverables in Microstation version 7 format or later. The Government will only accept this format. The Government will not convert or reformat submissions themselves. Advanced software application files used for civil design and drawings shall be delivered in formats compatible with INROADS (Bentley Civil Engineering). All delivered CADD files shall be in compliance with A/E/C CADD Standard Release 3.0. g.Firms must demonstrate knowledge of preparing specifications for construction contracts using a personal computer based software package. All specifications for Corps of Engineer (COE) contracts will be prepared using Unified Federal Guide Specifications and SPECSINTACT. h.Geographic Proximity (FAR 36.602-1(a) (5)). Location of the firm in the general geographical area of the six New England states, NY and NJ. Qualification statements must clearly indicate the location of the offices that will perform the work at defined locations. i.Volume of DoD Contract Awards (DFARS 236.602-1 (a) (6) (A)). DoD A-E contract awards can be obtained from the Architect-Engineer Contract Administration Support System (ACASS), and verified and updated during the interviews with the most highly qualified firms. 4. SUBMISSION REQUIREMENTS: Interested firms being able to perform this work must submit Parts I and II of the SF 330 for the prime firm (or joint venture). Part II of the SF 330 must also be submitted for each consultant. Please note that a separate Part II is required for each branch office of the prime firm and any subcontractors that will have a key role in the proposed contract. Submissions must be made to: U.S. Army Corps of Engineers, New England District, 696 Virginia Road, Concord, MA 01742-2751, ATTN: Brad Schweitzer, not later than the close of business on March 8, 2010. Facsimile transmissions will not be accepted. Include the firm's DUNS number on the SF 330, Part 1, Block B. On the SF 330, Part 1, Block C, provide the DUNS number for each consultant. Please submit three copies of all submissions. The SF 330, Part I, shall have a page limit of 50 pages. A page is one side of a sheet. Font size shall not be less than 10 font and margins shall not be less than one inch (for any additional pages). The New England District does not retain SF 330 Part II on file. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. Information regarding registration can be obtained online at www.ccr.gov or through CCR Assistance Center (CCRAC) at (888) 227-2423 or (269) 961-4725. Effective immediately, the use of DUNS plus 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 or other entities, visit http://fedgov.dnb.com/webform/ or call Dunn and Bradstreet at (866) 705-5711. Solicitation packages are not provided. This is not a request for proposal. Personal visits for the purpose of discussing this announcement prior to the closing date of this announcement will not be entertained or scheduled. However, questions may be directed to the point of contact for this announcement (Brad Schweitzer, 978-318-8022 or brad.a.schweitzer@usace.army.mil).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ-10-R-0014/listing.html)
- Place of Performance
- Address: USACE District, New England 696 Virginia Road, Concord MA
- Zip Code: 01742-2751
- Zip Code: 01742-2751
- Record
- SN02060708-W 20100210/100208234810-b2af9d53227d8ad8702e83a4bb125b8a (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 |