Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2010 FBO #3101
SOLICITATION NOTICE

C -- Indefinite Delivery/Indefinite Quantity Architect-Engineer Contract for Hazardous Toxic Radiological Wastes and Munitions and Explosives of Concern (HTRW and MEC)-Focused Engineering, Incidental Investigative & Design Services

Notice Date
5/20/2010
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-10-R-0015
 
Response Due
6/22/2010
 
Archive Date
8/21/2010
 
Point of Contact
Carol A. Dones, 916 557-7318
 
E-Mail Address
USACE District, Sacramento
(carol.a.dones@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
1. CONTRACT INFORMATION: The U.S. Army Corps of Engineers, Sacramento District (SPK;CESPK), California, seeks to award one (1) firm-fixed price Indefinite Delivery/Indefinite Quantity (IDIQ) Architect-Engineer (A-E) Contract for Hazardous Toxic Radiological Wastes and Munitions and Explosives of Concern (HTRW and MEC)-Focused Engineering, Incidental Investigative & Design Services. The contract is intended to support the South Pacific Division (SPD)-Wide environmental professional services within the civil and military geographic boundaries. These environmental professional services may include, but are not limited to, Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) feasibility Studies, Resource Conservation and Recovery Act (RCRA) Corrective Measures Studies, Corrective Action Plans, Proposed Plans, Preferred Alternative studies, remedial designs, and engineering during construction support. CESPK plans to award one FFP IDIQ A-E contract setting it aside for Small Business Concerns. The contract will be procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. This procurement will be conducted under North American Industrial Classification System Code (NAICS) 541330, FSC Code: C219, SIC Code: 8711. The small business size standard for this code is $4,500,000.00. To be considered a Small Business under this NAICS Code, the respondents average revenue for the last three fiscal years cannot be more than $4,500,000.00; if the average revenue for the last three fiscal years is over $4,500,000.00, the respondent is classified as a Large Business. The contract will encompass the entire South Pacific Division geographical areas which include the boundaries of CA, NV, AZ, UT and portions of OR, ID, CO and WY and military boundaries of CA, NV, UT and AZ. Other Districts within South Pacific Division (Sacramento, San Francisco, Los Angeles and Albuquerque Districts) may utilize this contract. A specific scope of work will be issued with each task order. Concerns will be selected for award based on demonstrated competence and qualifications for the required work. Contract award will be for one (1) year base period from the date of award and will contain options to extend four (4) additional one (1) year periods not to exceed $9.9 million total contract value. The options may be exercised at the discretion of the Government and excess capacity maybe carried over to the next subsequent year. A minimum guarantee of $5,000.00 will be provided by the Government as legal consideration. Any subcontracts that are awarded under this contract that do not qualify under the Brooks Act shall be subject to the Service Contract Act. At least 50 percent of the cost of contract performance must be performed by the small business firm selected for award in accordance with FAR 52.219-14, Limitations on Subcontracting. To be eligible for contract award a firm or joint venture must be registered in the DoD Central Contractor Registration (CCR). Register via the Internet Site at https://www.bpn.gov/ccr/default.aspx or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414 and complete electronic annual representations and certifications at http://orca.bpn.gov. Contractor Performance Evaluations: In accordance with the provisions of Subpart 36.604 (Performance Evaluation) of the Federal Acquisition Regulation (FAR), A-E contractors performance shall be evaluated throughout the performance of the contract. The United States Army Corps of Engineers (USACE) follows the procedures outlined in Engineering Pamphlet (EP) 715-1-7 to fulfill this FAR requirement. For A-E contracts awarded at or above $30,000 the USACE will evaluate contractors performance and prepare a performance report using the Architect-Engineer Contract Administration Support System (ACASS), which is now a web-based system. After an evaluation (interim or final) is written up by the USACE, the contractor will have to ability to access, review and comment on the evaluation for a period of 30 days. Accessing and using ACASS requires specific software, called PKI certification, which is installed on the users computer. The certification is a Department of Defense requirement and was implemented to provide security in electronic transactions. The certification software could cost approximately $110-$125 per certificate per year and is purchased from an External Certificate Authorities (ECA) vendor. Current information about the PKI certification process and for contacting vendors can be found on the website: https://www.cpars.csd.disa.mil/. If the contractor wishes to participate in the performance evaluation process, access to ACASS and PKI certification is the sole responsibility of the Contractor. The Secretary of the Army Contractor Manpower Reporting (CMR) requirement will be incorporated into this contract. The annual CMR requirement will apply to each task order which is funded by Army Dollars; supports an Army mission; which benefits or supports any Army military, civilian, or contractor personnel; or when the Army is the executive agency for the mission being supported. The A-E will be allowed to include their costs for compliance with the CMR requirement as a line item in their price proposal for each task order subject to the CMR requirement. Further information is available at https://cmra.army.mil. 2.PROJECT INFORMATION: A-E services are required to provide for Hazardous Toxic Radiological Wastes and Munitions and Explosives of Concern (HTRW and MEC)-Focused Engineering, Investigation & Design Services. The contract is intended to be in support of the South Pacific Division-wide Environmental professional services within the South Pacific Division civil and military geographic boundaries. This work will include all Architectural-Engineering (A-E) and related services necessary to complete the assigned task orders for studies and designs. A specific scope of work and services will be issued with each task order. Task orders to be issued under this contract will require significant professional engineering services and engineering recommendations; evaluations of alternatives cost engineering studies, feasibility studies, corrective measures studies, water or air resources corrective action plans, proposed plans for environmental contamination remedy selection, Engineering Evaluation of Cost Analysis (EE/CA); treatability studies; pilot scale studies; general investigation and design studies; and design activities in support of NEPA, CERCLA, RCRA, Munitions and Explosives of Concern (MEC) or other regulatory compliance; environmental studies/plans for various environmental regulations including but not limited to land management issues, asbestos, lead based paint and the munitions rule; geophysical surveys; ground water and surface water modeling. The information to be evaluated includes the results from soil, ground water, surface water, and air sampling. This information must be evaluated within the context of a conceptual site model and with consideration of applicable regulatory criteria. Risk assessment results, when applicable, must also be included in the evaluation. Potential contaminants to be evaluated include hazardous waste, petroleum products, and low level radiation. Other potential services to be provided under this contract that may be required in support of the above services include: soil, surface water, and groundwater sampling and testing; monitoring well installation; preparation of environmental documentation including health and safety plans, quality assurance and quality control plans, project management plans, data management plans, and community relations plans; related studies for water quality, air emissions, low level radiation, hazardous waste and miscellaneous requirements; preparation of cost estimates (M-CACES), preliminary assessment/site investigations, remedial investigations and preservation surveys. Work will predominantly be within the South Pacific Divisions area of responsibility but could occur in other states as required by specific Federal Agency customers or at the direction of HQUSACE, as determined by the Contracting Officer. 3.EVALUATION CRITERIA: The evaluation criteria are listed below in descending order of importance. Criteria A through E are primary. Criteria F through H are secondary and will only be used as tiebreakers among technically equal firms. A. Specialized Experience and technical competence in: 1.The preparation of studies or designs for a variety of HTRW & MEC focused engineering projects. 2.The ability to evaluate complex chemical data and to place it into context through the use of a conceptual site model; ability to evaluate the fate (origin, transport, degradation, etc.) of chemical contaminants in the environment; ability to apply critical thinking regarding the contaminant point of origin and responsible party; knowledge of innovative and cost effective technologies that would minimize long term site management commitments ; ability to prepare feasibility reports/corrective action plans that meet California Water Board and DTSC (or equivalent at other states) requirements; and ability to evaluate all the above and make a recommendation for remediation. 3. The contractor shall be responsible for designs and drawings using computer aided design and drafting (CADD). Contractor must demonstrate their ability to use other automated design systems such as AutoCAD, Microstation or equal environment. Must demonstrate computer and Internet capability for accessing Criteria Bulletin Board System (CCBS), Design Review and Checking System (DrChecks), and Corps of Engineers Computer Aided Cost Estimating System (M-CACES Second Generation MII). B. Past performance on Corps of Engineers and other contracts with respect to cost control, quality of work and compliance with performance schedule. C. Qualified professional personnel in the following key disciplines: Primary-Environmental, Civil, structural hydraulic, geotechnical and cost engineering. Secondary disciplines that may be required include mechanical, electrical engineering, architectural, landscape architects, hydrology, geology, seismology and construction. The evaluation will consider education, training, registration, overall relevant experience and longevity with the firm. D. Capacity to accomplish the work within the required timeframe including professional qualifications of firms staff and subcontractors to be assigned to the projects which are necessary for satisfactory performance in the required time; and capacity to accomplish multiple task orders in multiple locations simultaneously. E. Knowledge of the Locality: Knowledge of the locality of the project site including geological features, climatic conditions, and local laws and regulations. F. Volume of DoD contract awards in the last 12 months as described below: 1. Use data extracted from the Federal Procurement Data System (FPDS). 2. Do not consider awards to overseas offices for projects outside the United States, its territories and possessions. Do not consider awards to a subsidiary if the subsidiary is not normally subject to management decisions, bookkeeping, and policies of a holding or parent company or an incorporated subsidiary that operates under a firm name different from the parent company. This allows greater competition. G. Location of the firm in the general geographical area of the South Pacific Division (SPD)-wide environmental professional services within SPD civil and military geographical boundaries. H. Extent of participation of small business, small disadvantaged business, woman-owned small business, historically black colleges and universities or minority institutions in the proposed contract team, measured as a percentage of the total estimated efforts. 4.SUBMISSION REQUIREMENTS: All interested Architect-Engineer Small Business firms, including 8(a) program participant, HUBZone small business, small disadvantaged business, woman-owned small business, veteran-owned small business or service disabled veteran owned small business having capabilities to perform this work are encouraged to respond to this notice. Respond to this announcement by completing and submitting four (4) Architect Engineer Qualifications, Standard Form (SF) 330 (6/2004) which includes Part I-Contract-Specific Qualifications and Part II-General Qualifications for themselves and one for each of their subcontractors. Mail completed SF 330 to the office shown above, ATTN: Contracting A-E Team. The SF 330 shall not exceed 150 pages, single sided, not counting cover pages or any dividing pages used to identify each SF 330 Section, on 8-1/2X11 inch, with a maximum of 3 oversize pages will be allowed (for organization charts, etc.). Oversize pages will be counted as 2 pages. In block E of the SF 330 provide resumes for all key team members, whether with the prime firm or a subcontractor; list specific project experience for key team members; and indicate the team members role on each listed project (i.e. project manager, design engineer, etc.). In block D of the SF 330, provide the quality management plan and organization chart for the proposed team. In block H of the SF 330 indicate the number and amount of fees awarded on DoD (Army, Navy and Air Force) contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office only. A generic quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Only responses received by the close of business (4:00 p.m.) the day of the closing date will be considered for selection. If the closing date is a Saturday, Sunday or Federal holiday, the deadline is the close of business on the next business day. No other notification will be made and no further action is required. Facsimile transmissions and emails will not be accepted. Solicitation packages are not provided for A-E contracts and no additional project information will be given to firms during the announcement period. This is not a request for proposal. All responsible sources may submit the required SF 330, which shall be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-10-R-0015/listing.html)
 
Place of Performance
Address: USACE District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
 
Record
SN02154867-W 20100522/100520234512-188b6bc688b98a3b3cc3867c77d13ab9 (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.