Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2011 FBO #3667
SPECIAL NOTICE

C -- NOTICE OF INTENT TO SOLE SOURCE Architectural-Engineering Services to complete environmental studies at the Defense Environmental Restoration Program for Formerly Used Defense Sites of West Virginia Ordinance Works.

Notice Date
12/7/2011
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Nashville, P.O. Box 1070, 801 Broad Street, Nashville, TN 37202-1070
 
ZIP Code
37202-1070
 
Solicitation Number
W912P5-12-R-0003
 
Archive Date
3/6/2012
 
Point of Contact
Isaac J. Taylor, 615-736-5679
 
E-Mail Address
USACE District, Nashville
(isaac.j.taylor@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Nashville District U.S. Army Corps of Engineers intends to sole source a firm-fixed price contract to Shaw Environmental & Infrastructure, Inc, under the authority of FAR 6.302-1 (a)(2)(ii) to) to continue completion of feasibility study at the former West Virginia Ordnance Works (WVOW), which was started prior to 2005 and remains in dispute with the United States Environmental Protection Agency (EPA); completion of the five-year review report submitted in 2010 and not approved by the EPA; and continuing ground water sampling and a treatability study to evaluate the effects of enhanced in-situ bioremediation to reduce nitroaromatics at the site. Shaw will also provide expert services to USACE during the dispute resolution process for WVOW. Fulfillment of the total minimum needs for WVOW are estimated at $1.5 million and could extend another 5 years. Approximately $30 million has been awarded to Shaw (IT) for investigations at the WVOW site since 1992. During this time Shaw developed and utilized computer models specific to WVOW for analyzing ground water contamination. The model evolved through several iterations to gain approval from USACE and the EPA. The model has been used to evaluate data collected each year to forecast the level of existing contamination from the previous manufacturing of trinitrotoluene (TNT). All documents and publications produced by Shaw as contract deliverables are Government property and can be made available but only represent a small percent of the data necessary to complete the project analysis with any reasonable efficiency. The documents represent summaries of information developed by Shaw through data collection and testing and have been submitted to regulators. The documents summarize the results for presentation and do not reflect the entire computer analysis and human interpretation behind them. In order to complete the work, any other AE besides Shaw would have to perform extensive reviews of all previous investigations and project team agreements to obtain the knowledge Shaw has gained from these investigations and interface with the regulators. It is estimated that 1000 hours would be required by a new AE to establish the computer model for groundwater and possible computer system modifications as well. There are 18 years of annual ground water monitoring data which would have to be incorporated into the model. The total cost of the modeling effort would vary based on the capability of another AE's system. As the engineer of record, the new AE would have to review all previous reports, records of decision, consent agreements and minutes of project delivery team meetings. It is estimated that an additional 800 hours could be required for the "catch-up" effort and increase the cost to the government by $300,000 - $500,000 depending on an unknown amount of consultation with Shaw. The review and rebuild effort would require excessive time, possibly one year and the associated costs that the government would not incur with Shaw. It has therefore been determined that the continued provision of these highly-specialized services are available only from Shaw and award to any other source would result in excessive loss of time to proceed in dispute resolution and in substantial duplication of cost to the Government that is not expected to be recovered through competition. This is not a request for competitive proposals. However, all responsible sources may submit a capability statement or proposal, which shall be considered by the agency. A determination by the Government not to compete this requirement based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. No requests for capability briefings will be honored as a result of this notice. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. Please provide past performance and references regarding your ability to provide this service along with your Statement of Capability. The Government will not award a contract based on the information received, nor reimburse participants for information they provide. Information provided is strictly voluntary. Please email capability statements or proposals to Isaac.j.taylor@usace.army.mil. Telephonic inquiries will not be honored. Closing date for submission of capability statements or proposals is December 22, 2011 at 5:00 p.m. CST. The North American Industry Classification Code (NAICS) is 541330 with a small business size standard of $4.5M.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA62/W912P5-12-R-0003/listing.html)
 
Record
SN02635505-W 20111209/111207234927-93e94ee159a5da4b87a8b3a64d4915e4 (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.