Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 19, 2015 FBO #4835
SOURCES SOUGHT

C -- MMAC Environmental Architect and Engineering Services

Notice Date
2/17/2015
 
Notice Type
Synopsis
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-722 AC - Mike Monroney Aeronautical Center (Oklahoma City, OK)
 
ZIP Code
20591
 
Solicitation Number
DTFAAC-15-R-02523
 
Response Due
3/20/2015
 
Archive Date
3/20/2015
 
Point of Contact
Brandon Hillyer, brandon.hillyer@faa.gov, Phone: 405-954-4712
 
Small Business Set-Aside
N/A
 
Description
The FAA Mike Monroney Aeronautical Center has a requirement for environmental architecture and engineering (A&E) services. Prospective activities include field investigations, production of plans, specifications, studies, calculations, estimates, laboratory analyses, preparation of worker health and safety, sampling and other plans, field sampling (including groundwater, soil, sediment, surface water and air), and detailed counter-measure plans; noise evaluations; industrial waste water pretreatment; air quality (including indoor air quality; environmental assessments (EAs) and environmental due diligence audits (EDDAs); hazardous material storage and handling; groundwater assessments; SARA Title III program; PCB abatement; pollution prevention opportunity assessment, and fuel storage tank management. (See attached Statement of Work.) PLEASE NOTE THE ORIGINAL ANNOUNCEMENT NUMBER OF THIS SOLICITION WAS DTFAAC-14-R-04721 AND IT HAS BEEN CHANGED TO DTFAAC-15-R-02523. It is anticipated than an Indefinite-Delivery/Indefinite Quantity type contract, with fixed labor hour provisions, will be awarded covering these environmental A&E services. Requirements are estimated at $960,000 per year. The resultant contract will include a base year and four 1-year renewal options. These options may or may not be exercised, at the sole discretion of the FAA. The North American Industry Classification System (NAICS) code and size effort applicable to this requirement: NAICS: 541620 Environmental Consulting Services Size Standard: $15.0 Million This acquisition is an A&E procurement that is obliged to comply with The Brooks Act (40 USC 1101). The award process involves the evaluation of architectural and engineering services on the basis of demonstrated competence and qualification for the type of professional services required at fair and reasonable prices. The evaluation process will not take price into consideration until the most technically qualified and competent firm is selected. A description of the technical submittal and subsequent evaluation can be found in Sections L and M of the Screening Information Request/Request for Offer (SIR/RFO). The A&E firm ™s submission of Standard Form (SF) 330 must demonstrate its qualifications with respect to the published evaluation factors. The evaluation factors are listed in descending order of importance. Specific evaluation factors include: 1. Specialized Experience and Technical Competence- The offeror must provide a specific narrative and supporting documentation that describes the offeror's technical and managerial capabilities in the specialized area of environmental A/E services. Emphasis will be placed on the Contractor ™s experience, especially on contracts for similar services and magnitude, and the depth and breadth of understanding of the solicited requirement as reflected in the proposal. It includes an evaluation of example projects (detailed reviews) illustrating technical and managerial capabilities in each of the following areas: Environmental assessment (NEPA) or environmental due diligence audit Pollution prevention project implementation (can include permit compliance projects) Environmental Compliance Air emissions reporting and evaluation projects Asbestos Surveys Engineering design and specifications Environmental remedial investigation, design, and implementation (CERCLA) performed within the last 10 years. Offerors are restricted to no more than 6 example projects completed within 5 years to the proposed effort. These reviews must illustrate the scope of each effort; their complexity, how schedules were implemented and how objectives were met (include timetables). Projects completed for the Federal Government in particular should be included, if any. The offeror ™s submission will be considered satisfactory upon demonstrating successful completion of at least one project in each of the above areas. Performance will be evaluated as successful when information submitted by the offeror or from client contact confirms that the projects were effective in meeting the intended primary outcome of the project. For example, a project intended to achieve permit compliance must demonstrate that compliance was achieved. 2. Past Performance on Similar Contracts- Past performance shall demonstrate how well the offeror delivers quality services; demonstrates ability to achieve program objectives; meet customer expectations; demonstrates ability to manage and meet priority timelines; demonstrates ability to manage expenses; and demonstrate overall performance on work similar in operational and technical complexity to services described in the SOW. Offerors are cautioned that the Government will use data provided by each offeror in this volume and data obtained from other available sources in the evaluation of past performance. Offeror ™s shall provide a narrative for each of the example projects (detailed reviews) provided in Factor 1. Narratives shall include information on past performance in terms of cost control, quality of work, accuracy of construction cost estimates, and the number, dollar amounts, and reasons for construction change orders. Offeror ™s shall provide at least two points of contacts for each project who can account for the conditions, effort, and complexity comparable to this requirement. Aspects of the projects submitted for past performance should be relevant to the requirement for this contract and recent (within five years) to the proposed effort. The offeror shall clearly demonstrate management actions employed in overcoming problems and the effects of those actions, in terms of improvements achieved or problems rectified. The offeror ™s submission will be considered satisfactory upon demonstrating that each project met the budget, quality and schedule objectives for the project. Offeror ™s are restricted to no more than 3 pages per narrative for each example project. Offerors shall complete Section 1 of the attached Past Performance Questionnaire (SIR Attachment 5) and send it along with the Client Authorization Letter (see sample at SIR Attachment 6) to all points of contact (POCs) for the contracts the Offeror identified in its proposal for this factor (a minimum of three, but no more than five for the prime, and maximum of three for each teaming partner/significant subcontractor for contracts completed or underway within the last five years). The POCs shall be familiar with the work ethic, standards, performance, and deliverables demonstrated through previous or ongoing contracts of a similar nature. The POCs will complete the questionnaires and forward them by email to the Contracting Officer, Kathleen Islas, (Kathleen.d.islas@faa.gov) no later than the SIR closing date. RESPONDENTS TO THE QUESTIONNAIRES SHALL NOT SEND THE COMPLETED INFORMATION SHEETS BACK TO THE OFFEROR. The Source Evaluation Team (SET) will conduct follow-up with any POC as necessary. Organizational Structure Change History “ Many companies have acquired, been acquired by, or otherwise merged with other companies and/or reorganized their divisions, business groups, subsidiary companies, etc. In many cases, these changes have taken place during the time of performance of relevant past efforts or between the conclusion of recent past efforts and this source selection. As a result, it is sometimes difficult to determine what past performance is relevant to this acquisition. To facilitate this relevancy determination, offeror ™s shall include a "roadmap" describing all such changes in the organization of the offeror ™s company. A pamphlet or other commercial document describing such reorganizations may suffice. As part of this explanation, show how these changes impact the relevance of any efforts you identify for past performance evaluation. Since the Government intends to consider past performance information provided by other sources as well as that provided by the offeror(s), the "roadmap" should be both specifically applicable to the efforts identified, yet general enough to apply to efforts on which the Government receives information from other sources. 3. Professional Qualifications “ Offeror shall submit a complete resume of the experience of each line and staff executive, supervisor and technical staff member who will be assigned to work the requirements of this contract. Resumes should include: name, educational background, present position or title, types of experience by years, and any other information in sufficient detail to facilitate evaluation of qualifications and administrative or technical competence. Resumes of key individuals employed by subcontracted firms shall also be included. For executive/supervisory personnel, a minimum of three years of direct executive/supervisory control of an organization involved in the planning and implementation of complex environmental projects is needed. The project manager or supervisor must be a registered professional engineer currently registered in the state of Oklahoma or able to obtain such registration within thirty days of contract award. For technical personnel, a minimum of three years ™ experience in the design and execution of a variety of complex environmental investigations is required. execution of a variety of complex environmental investigations is required. 4. Capacity to Accomplish the Work Required “ Offeror shall submit a description of the firm's current workload, i.e., total number of on-going projects, their value or fee and their percentage of completion. In addition, provide examples of completed projects and timetables associated with their completion. Clearly indicate how the workload of this contract can be accomplished within present resources, or a plan should be submitted which demonstrates growth capability commensurate with workload requirements and the effect of this contract. Information on teaming or subcontracting that will be done with firms having experience within the locales outside of Oklahoma listed above must be provided. If offeror does not presently employ sufficient executive/supervisory or technical personnel to meet the requirements, submit a plan for recruitment along with minimum experience levels that are required. Employment of subcontractors shall be considered recruitment for the purpose of the criterion. In addition, offeror shall provide a description of its cost accounting and control system. The offeror ™s submission will be deemed satisfactory upon demonstrating that it is clearly able to manage the anticipated workload of this contract. 5. Geographic Location- Offeror shall submit their geographic location relative to the Mike Monroney Aeronautical Center, Oklahoma City, OK. Should subcontracting arrangements be required to perform under the proposed contract, all subcontractors must also complete the SF330, with the prime contractor submitting them as a part of their technical proposal. A pre-proposal conference is scheduled to be held on Wednesday, March 4, 2015 at 10:00 a.m. Central (Oklahoma) time. The conference will be held in the Security Command Center, Room 108. All prospective attendees should contact either Brandon Hillyer, (405) 954-4712, brandon.hillyer@faa.gov, prior to 10:00 am Tuesday, March 3, 2015. Attendees should enter the Aeronautical Center ™s main west entrance gate on South Regina Ave. and proceed to the Security Command Center just inside this entrance. ALL QUESTIONS REGARDING THIS PROJECT MUST BE RECEIVED IN WRITING BY THE CONTRACTING SPECIALIST, BRANDON HILLYER, OR CONTRACTING OFFICER, KATHLEEN D. ISLAS, NO LATER THAN 4:00 P.M. CENTRAL (OKLAHOMA) TIME, TUES., MARCH 10, 2015. RESPONSES TO QUESTIONS WILL BE PROVIDED TO ALL OFFERORS AS AN UPDATED ATTACHMENT TO THIS ANNOUNCEMENT PRIOR TO THE DUE DATE FOR RECEIPT OF PROPOSALS. Contractors must be registered with the System for Award Management, www.sam.gov on the date established for receipt of offers (March 20, 2015). Reference AMS clause 3.3.1-33, paragraph (d), œif the offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered Offeror. In addition, offerors must complete and return the attached Business Declaration Form. The form is provided as a separate document under this announcement. The FAA reserves the right to review and verify each offeror's program eligibility. Complete submittals, both technical and cost proposals, must be received by the FAA, no later than 2:00 p.m. CST, Friday, March 20, 2015. Any responses received after that date and time will not be considered in accordance with AMS provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals. If all requested information is not furnished, the vendor's response may be determined ineligible. The name and address of your firm on the proposal MUST EXACTLY MATCH the address used for your DUNS number and SAM registration. Facsimile and electronic transmission is not authorized for this Request for Offer. Offers must be received by 2:00 P.M. (Central/Oklahoma Time) on March 20th, 2015, or as amended, at the mailing address shown below. Early submission is acceptable if addressed as indicated and marked with the solicitation number clearly on the package as shown: MARK PACKAGES: Solicitation No. DTFAAC-15-R-02523 Offer Closing Date: March 20th, 2015 Offer Closing Time: 2:00 P.M (CENTRAL/OKLAHOMA TIME) MAILING ADDRESS PROPOSALS: FAA, Customer Service Desk (AAQ-700) Room 313, Multi-Purpose Building 6500 South MacArthur Blvd P.O. Box 25082 Oklahoma City OK 73125 (NOTE: For overnight mail the ZIP Code is 73169) As MULTIPLE COPIES OF THE TECHNICAL PROPOSAL ARE REQUIRED, electronic proposals are not authorized. HOWEVER, A SOFT COPY OF THE COMPLETE PROPOSAL IS REQUIRED TO BE SUBMITTED WITH EACH PROPOSAL. [SECTION L, PROVISION L.1(b) and L.1(c)(3).] Hand-delivered responses will need to allow sufficient time to process through security procedures in place at the Aeronautical Center. Overnight delivery of responses to this SIR/RFO could also be impacted if not sent in sufficient time to allow for special mail handling procedures in place at the Aeronautical Center. As the FAA does not utilize sealed bidding contracting techniques, a public bid opening will not be held. Potential offerors should note that the FAA reserves the right to communicate with one or more offerors at any time during the solicitation process. The FAA reserves the right to no longer consider on this acquisition, firms which fail to respond, firms with respond incompletely, or firms which respond with any information found to be verifiably false. The FAA will not pay for any information received or costs incurred in preparing responses to this announcement. This SIR/RFO is not to be construed as a contract or a commitment of any kind. The Government shall not be liable for payment of any costs attributed to the preparation and submission of proposals. Inquiries regarding this SIR/RFO should be directed to the Contract Specialist, Brandon Hillyer, Brandon.hillyer@faa.gov. The back-up POC for this announcement is the Contracting Officer (CO) Kathleen Islas, Kathleen.d.islas@faa.gov. This Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has a program to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169." If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/19721 to view the original announcement. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-FEB-2015); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/DTFAAC-15-R-02523/listing.html)
 
Record
SN03643665-F 20150219/150217233024 (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.