Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 17, 2015 FBO #4954
SOLICITATION NOTICE

R -- Great Lakes Restoration Initiative IDIQ

Notice Date
6/15/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Buffalo, 1776 Niagara St., Buffalo, New York, 14207-3199, United States
 
ZIP Code
14207-3199
 
Solicitation Number
W912P4-15-R-0009
 
Archive Date
7/30/2015
 
Point of Contact
Casimir Brzozowiec, Phone: 7168794232, Frank D'Andrea, Phone: 716-879-4245
 
E-Mail Address
Casimir.Brzozowiec@USACE.Army.mil, frank.j.dandrea@usace.army.mil
(Casimir.Brzozowiec@USACE.Army.mil, frank.j.dandrea@usace.army.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms are sought to provide engineering services as well as ecosystem restoration and environmental consulting services for the Buffalo, Chicago, and Detroit Districts but could include services anywhere within the Great Lakes and Ohio River Division, U.S. Army Corps of Engineers (USACE) boundaries. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. Four (4) stand alone indefinite delivery contracts will be negotiated and awarded with a five year ordering period each. The amount of each unrestricted contract will not exceed $3,000,000.00; and each small business contract will not exceed $2,000,000.00. The minimum ordering amount is $10,000.00. North American Industrial Classification code is 541620, which has a size standard of $15,000,000 in average annual receipts. This is a partial small business set aside. It is anticipated that two (2) awards will be made based upon unrestricted, full and open competition, and two (2) awards will be made as a small business set aside. All firms responding must identify which category they are responding to; firms must state either UNRESTRICTED OR SMALL BUSINESS after the solicitation number in PART I, A Block 3. Work will be issued on negotiated firm-fixed-price task orders. The contracting officers will consider the following factors in deciding which contractor will be selected to negotiate an order: most capable to perform the specific requirement, performance and quality of deliverables under the current contract, current capacity to accomplish the order in the required time, and/or uniquely specialized experience. For large businesses selected for award, the firm must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The detailed subcontracting plan is not required with this submittal. The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act. To be eligible for contract award, a firm must be registered in the System for Award Management (SAM). Register via www.sam.gov. Resultant contracts are subject to the availability of funds. 2. PROJECT INFORMATION: No specific projects are identified at this time. However, the focus areas for the Great Lakes Restoration Initiative (GLRI) are as follows: Toxic Substances and Areas of Concern; Invasive Species; Nearshore Health and Nonpoint Source Pollution; Habitat and Wildlife Protection and Restoration; Promote Great Lakes-based ecosystem education and stewardship; Support a science-based adaptive management approach for Great Lakes Restoration Initiative (GLRI); Communication, and Partnerships; NEPA documentation, conducting environmental impact analysis, cultural resource/archeological investigations and impact analysis, wetland/stream design for mitigation, watershed studies and watershed management plans, and other related services in support of GLRI or other Civil Works projects. The majority of the work will be performed at various project sites throughout the Great Lakes region but could include services within the Great Lakes and Ohio River Division Boundaries. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria's a-e are primary. Criteria's f-h are secondary and will only be used as "tie-breakers" among technically equal firms. (a) Specialized Experience and Technical Competence: (i) Experience of firm and its consultants in the following areas: (1) Toxic Substances and Areas of Concern with the ability to identify and implement innovative contaminated sediment treatment methods (e.g., apply amendments to dredge material to enhance bio-sequestration and alike) (2) Invasive Species (3) Nearshore Health and Nonpoint Source Pollution (4) Habitat and Wildlife Protection and Restoration (5) Accountability, Monitoring, Evaluation, Communication, and Partnerships (6) Experience writing NEPA documents, conducting environmental impact analysis, cultural resource/archeological investigations and impact analysis, and wetland/stream design for mitigation (7) watershed studies and watershed management plans. (ii) Familiarity with U.S. Army Corps of Engineers Civil Works policies and procedures (iii) Experience of prime firm and significant subcontractors working on Great Lakes issues (iv) Experience of prime firm and significant subcontractors working together (b) Professional Qualifications: Qualified personnel from the following disciplines: Biologist, ichtiologist, botanist, civil engineer, ecologist, environmental engineer, environmental scientist, hydrologist, toxicologist, economist, archeologist, cost estimator, structural engineer, landscape architect project manager, geotechnical engineer, geologist, hydrogeologist, plan formulator, chemist, GIS specialist, and communications/outreach specialist. The evaluation will consider education, training, certifications, registration, and relevant experience and longevity with the firm of key technical personnel. (c) Capacity: The capacity of the firm to perform approximately $1,000,000 in work of the required type in a one-year period. The evaluation will consider the availability of an adequate number of personnel in the key disciplines. (d) Past performance: On DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. (e) Knowledge: Specific knowledge of environmental issues and key stakeholders in the Great Lakes region. (f) Geographic proximity: Location of the firm in the general geographical area of the Buffalo, Chicago, and Detroit Districts. (g) Extent of participation: Small businesses, small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. (h) Volume of DoD Contract Awards: Volume of DoD A&E contract awards in the last twelve months, with the objective of effecting an equitable distribution of DoD A&E contracts among qualified firms, including SB and SDB. 4. SUBMISSION REQUIREMENTS: Interested firms having capabilities to perform this work must submit four (4) copies of SF 330 for the prime firm and all subcontractors, to Contracting Branch, c/o Casimir Brzozowiec, 1776 Niagara St., Buffalo, NY, 14207, not later than 2:30 PM (Eastern time) on 15-Jul-2015. Only hard copies shall be accepted. Solicitation packages will not be provided. The SF 330 should specifically address the requirements of this announcement. The SF 330 Part 1 shall not exceed 80 pages (8.5" x 11"), including no more than 20 pages for Section H. Each side of a sheet of paper is a page. Use no smaller than 12 font type. Pages in excess of the maximums listed will be discarded and not used in evaluation of the selection criteria. In Section H, indicate the estimated percentage involvement of each firm on a proposed team. Include the firms DUNS number for the prime and key subcontractors in the SF 330, page 1, block 10. This is not a request for proposal. Questions must be submitted by 26 June 2015, to casimir.brzozowiec@usace.army.mil. Cover letters, company literature and extraneous materials are not desired and will not be considered. Personal visits to discuss this announcement will not be scheduled. Interviews will be conducted by telephone. Point of Contact is Contracting Division, Casey Brzozowiec at 716-879-4232, or Frank D'Andrea at 716-879-4245.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACW49/W912P4-15-R-0009/listing.html)
 
Place of Performance
Address: Great Lakes, Buffalo District, United States
 
Record
SN03764257-W 20150617/150615234326-5df75320dbd845a59f0861294ed1a499 (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.