Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 08, 2014 FBO #4428
MODIFICATION

C -- Architect/Engineer Services (Environmental Compliance)

Notice Date
1/6/2014
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-14-R-0002
 
Archive Date
2/11/2014
 
Point of Contact
Richard C Childres, Phone: 315-330-4194
 
E-Mail Address
richard.childres@us.af.mil
(richard.childres@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
*** The response date is extended to 3PM ET 27 January 2014*** This notice of intent Architect/Engineer (A/E) services for Environmental Compliance projects and supporting services at or designated by the Air Force Research Laboratory (AFRL), Rome NY, including subordinate field and other supporting sites (Newport, Stockbridge, Verona, - all located in New York State). Design services required will be in conjunction with environmental compliance type projects, including preparation of drawings, specifications, estimates, and schedules. A-E services shall include capability to respond to emergency chemical/petroleum spills for containment and/or removal, emergency air sampling, and hazardous waste/material identification and removal. A-E services shall have ability to coordinate emergency responses with local authorities (Local Fire Departments, Hazardous Material Teams, State and Federal Agencies, etc). Various types of A-E Services such as site and/or building investigation, inspection, and testing (air, drinking water, asbestos, lead, PCBs, etc), preparation of studies and reports may also be needed as related to project design. A-E services shall have ability to complete remedial investigations and clean-up, according to all applicable Federal, State and Local regulations, if necessary. Projects could include various combinations of disciplines such as Natural/Cultural Resource Surveys (Wetlands Inventories, Threatened/Endangered Species Surveys, Archeological/Historical Surveys, and Timber Surveys), Real Property Surveys, Pollution Prevention Assessments, Environmental Training (HAZWPOWER, OSHA, etc.) as well as an ability to work the National Environmental Policy Act (NEPA) process. Special attention should be given to the ability to complete Hazardous Material/Waste Database Entry and reporting into Enterprise Environmental, Safety and Occupational Health Management Information System (EESOH-MIS) and Air Quality Database entry and reporting into Air Program Information Management System (APIMS). Firms will be evaluated against this database requirement. Firms without this experience should be prepared to demonstrate ability to meet this requirement. Special attention also should be given to a proximity requirement. Due to the nature of site conditions and the potential for events requiring critical response, the Government reserves the right to require the contractor to respond within 2 hours to emergency requests. Firms should be prepared to demonstrate ability to meet the emergency response time. The Government intends to issue a firm fixed-price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract with a five year ordering period. The selected firm must negotiate hourly rates for anticipated disciplines, reproduction, overhead, profit, and other elements. Projects will be issued to the contractor by task orders. The minimum amount to be issued under the contract will be the value of the first task order. The maximum order amount will not exceed $4,500,000 over the five year ordering period. This solicitation is being issued on a Total Small Business set-aside basis. For information, the NAICS code relevant to this procurement is 541330 with a small business size standard of $14,000,000 average annual revenue. EVALUATION AND SELECTION CRITERIA Potential sources must provide a complete, written SF330, Parts I and II. Include the firm's ACASS number if available. A SF330 is attached to this notice (Attachment Number 1) and also can be accessed online in the Forms Library at http://www.gsa.gov. Completed SF330s received in response to this notice will be evaluated by a government board in accordance with Public Law 92-582 (Brooks Act), Federal Acquisition Regulation (FAR) Part 36.6, and supplements thereto in order to determine the most highly qualified firms. Failure to provide the requested data or accessible points of contact could result in a firm being considered less qualified. Offeror's must be registered in the SYSTEM FOR AWARD MANAGEMENT (SAM) database to receive a contract award. If the Offeror does not become registered in the SAM database within 4 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. The A/E firms will be evaluated in accordance with the following selection criteria: (1) PROFESSIONAL QUALIFICATIONS. Evaluators will award up to 20 points based on their judgment of the depth and experience of the firm and other firms submitted as part of the team as well as the professional qualifications of their staff and other firm staff submitted as part of the team. SF 330, Part I, Block E, should show brief resumes of key personnel of the firm/teaming arrangement. The combination of criteria below will be used to determine the ability of the staff to be effective innovative and contribute to the successful completion of project task orders. Responses will be evaluated to determine personnel: a. Education b. Training c. Project Experience d. Professional Registration of Key Personnel (2) SPECIALIZED EXPERIENCE. Evaluations will award up to 15 points based on specialized experience of the firm's staff to the typical requirements that may be generated as part of this statement of work and the firm's demonstrated success in specifying the use of recovered materials in construction, and achieving waste reduction and energy efficiency in facility design. SF 330, Part I, Block F, list only current projects or projects completed in the past five years. Projects completed more recently will be evaluated more advantageously for the offeror. These projects should show scope and nature similar to the RRS Statement of Work (Attachment Number 2), the complexity of the job, challenges faced, actions taken and the resolution and results of any challenges faced, as well as identify any key personnel in Section G that worked on the projects and their role. SF 330, Block H should clearly identify the firm's demonstrated success in specifying the use of recovered materials in construction and remediation, and achieving waste reduction, pollution prevention, and energy efficiency in environmental compliance, remedial and facility design. The contractor should also identify if the prime or its associates have at least one Leadership in Energy and Environmental Design (LEED) Accredited Professional as defined by Green Building Council. The contractor should also identify LEED awards and ratings achieved by the firm and its associates. (3) CAPACITY FOR TIMELY ACCOMPLISHMENT OF WORK. Evaluations will award up to 10 points to judge the capacity of the firm to accomplish the requirement in the statement of work. Within the SF 330, Part I, Block H, each firm shall demonstrate how they will manage, coordinate, and administer the work within the prime and among any teaming partners. Teaming partners to be included by the prime contractor should be clearly identified in their response as such for evaluation purposes and will later be agreed to during negotiations of any resultant contract. SF 330 Blocks C and F may also be evaluated to support this criterion. SF 330, Part IIs shall be provided for the specific prime office expected to lead this effort and teaming partners proposed to perform the work. In Block 9c(i), enter the total number of employees for the firm and in Block 9c(2) enter the total number of employees for this office. Responses will be evaluated to determine the following requirements: a. Capacity to perform work in-house; b. Ability to support concurrent projects; c. Ability to manage, coordinate, and administer work within prime and among teaming members; (4) PAST PERFORMANCE. Evaluations will award up to 30 points based on evaluation of past performance of the firm with respect to their execution of the projects listed in the firms SF 330, both Government and private. Reports of completed DoD contracts listed in the Federal Awardee Performance and Integrity Information System (FAPIIS) public access web page located at https://www.fapiis.gov/fapiis/govt/fapiispubaccessmain.jsp will be reviewed for performance on Government contracts. FAPIIS provides users access to integrity and performance information from the FAPIIS reporting module in the Contractor Performance Assessment Reporting System (CPARS) and suspension/debarment information from the Excluded Parties List system (EPLS). FAPIIS Public Access will only display integrity, performance, and proceeding information entered on or after April 15 2011. Anything earlier will be verified on the CPARS page at http://www.cpars.gov/. SF 330, Block H. cite examples of performance and customer satisfaction such as recognition for technical achievements, cost savings, or commendations received by your team for projects similar to the scope of work. Responses will be evaluated to determine: a. Ability to maintain cost, schedule, and quality; b. Customer satisfaction (5) LOCATION. All firms responding to the synopsis will be considered. However, evaluators will award up to 10 points based on the firm's knowledge of the locality (Rome, NY), local environmental laws and regulations, and the firm's ability to respond to the site for urgent or time-sensitive matters. (6) VOLUME OF DOD WORK. Evaluations will consider the volume of work previously awarded to the firm by DoD and will award up to 5 points with the objective of effecting an equitable distribution of DoD contracts among qualified A-E firms, i.e., firms with a greater number of contracts or volume of work should be awarded less points and vice versa. SF 330, Block H should clearly identify, in table format similar to SF 330, Part II, Block 11, the volume of DoD work. SF 330, Block 11a, where Federal Work is written, firms should enter DoD volume only. Amounts should represent the total amount of any DoD contract vehicle in which obligation of funds has occurred in the previous five (5) years from the date of this announcement. (7) KNOWLEDGE/EXPERIENCE OF GOVERNMENT PROGRAMS AND GREEN DESIGN. Evaluations will consider the knowledge and experience with in-use environmental compliance government programs and use of green design in the environmental compliance, remedial and facility design arenas and will award up to 10 points based on the firms past experience with these specific items. (8) INTERVIEW/DISCUSSION. The Final Selection Board will award up to 20 additional points to the three highest scoring firms, as determined by the Pre-Selection Board. These 20 points will be awarded on response to questions from Final Selection Board members. All firms that advance to the interview stage will be provided with interview questions. All firms will receive the same set of questions before the interview appointment. TEAMING AGREEMENTS. The prime contractor shall provide a statement in the cover letter confirming executed teaming agreements are in place for all team members on proposal. The statement shall also list all team members. Evaluation of past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. Selection of the A-E firms for these contracts will be based on the following evaluation factors. Not all evaluation factors are of equal weight, with variations from 5 to 30 points. The Pre-Selection Board will use the factors from Criteria 1 through 7 to determine the firms that will be recommended to the Final Selection Board. The Pre-Selection Board will recommend to the Final Selection Board the three highest scoring firms. The Final Selection Board will also use the factors from Criteria 1 through 7 to score the firms recommended by the Pre-Selection Board. The Final Selection Board will further evaluate these firms based on interview/discussion and record their scores from Criteria 8 (worth 20 points). These scores will be added to the previous subtotals to arrive at a total point value that will determine the order of recommending the preferred candidates to the contracting officer. ADDITIONAL INFORMATION The Architect-Engineer Contract Administration Support System (ACASS) will be utilized for contractor performance reporting. The contractor selected for award must have a valid DoD PKI certificate. Refer to http://www.cpars.csd.disa.mil for more information. Submit all questions in writing to Richard Childres at richard.childres@us.af.mil. All responsible sources may submit an SF330, which shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-14-R-0002/listing.html)
 
Place of Performance
Address: Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway, Rome, New York, 13441, United States
Zip Code: 13441
 
Record
SN03261912-W 20140108/140106234600-75d631dc06d4209775c87c10381c2b41 (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.