Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2016 FBO #5277
MODIFICATION

R -- NWD MEGA Phase B 8(a) AE Services MATOC - Synopsis Questions and Answers

Notice Date
5/3/2016
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Kansas City, Attn: CENWK-CT, 635 Federal Building 60l East 12th Street, Kansas City, Missouri, 64106-2896, United States
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-16-R-3003
 
Archive Date
6/11/2016
 
Point of Contact
ROBERT JOHNSON, Phone: 8163892281, ROBERT JOHNSON, Phone: 8163892281
 
E-Mail Address
ROBERT.F.JOHNSON@USACE.ARMY.MIL, ROBERT.F.JOHNSON@USACE.ARMY.MIL
(ROBERT.F.JOHNSON@USACE.ARMY.MIL, ROBERT.F.JOHNSON@USACE.ARMY.MIL)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Synopsis Questions and Answers Contract Information: The Northwestern Division (NWD) of the U.S. Army Corps of Engineers has a requirement to acquire Architect-Engineer (A-E) Hazardous, Toxic, and Radioactive Waste (HTRW)/Environmental Indefinite Delivery Contracts (IDC) for execution of its environmental mission. This contract acquisition is part of NWD's Phase B of the Multiple Environmental Government Acquisition (MEGA). These regional A-E contract acquisitions will be conducted in accordance with Public Law 92-582, the Brooks Act, and Federal Acquisition Regulation (FAR) Subpart 36.6 and Defense Federal Acquisition Regulation Supplement (DFARS) 236.6. The majority of the work will be located in NWD (including Kansas City, Omaha, and Seattle Districts). In support of this effort, the Government intends to award contracts to three (3) 8(a) Small Business firms sharing $6 million in total contract capacity. However, if the Contracting Officer determines during the selection process that fewer or more than three (3) contracts should be awarded, based on the selection criteria, the Contracting Officer has the discretion of adjusting that number, or awarding none at all. This announcement is open to all 8(a) Small Businesses. The period of performance for each contract will included a base period of three (3) years and one option period of two (2) years. It is anticipated that the contracts will be awarded not earlier than October 2016. Task orders will be issued as the need arises during the contract ordering period. Task order assignments will be determined with consideration of each firm's specialized experience and technical competence, professional qualifications, past performance, capacity, and knowledge of locality. These task orders may be either firm fixed-price or cost reimbursable type orders. There is no limit on the value of individual task orders. The NAICS Code for this procurement is 541330 -- Engineering Services. For the purposes of this procurement a concern is considered a small business if its average annual gross receipts are $15million or less. More than one contract may be awarded for the same scope of work. Under the Brooks Act, price competition is not allowed for A-E contracts. Due to the nature of the requirements, projects are completed in phases such as preliminary assessment, remedial investigation, feasibility study, and then design. The project scope will be reviewed to determine whether the requirement can be accomplished using a firm fixed-price task order or whether uncertainties will require the use of a cost reimbursable task order. When the requirement is identified, the government will notify all contractors in the pool that an evaluation will be conducted. The notification will state that the contractor's SF 330 will be used, and/or may request unique experience or qualifications to be submitted and evaluated with the SF 330 for task order evaluation. Specialized experience and technical competence, professional qualifications, past performance, capacity, and knowledge of locality will be considered for task orders to determine which firm is most highly qualified to accomplish the work. The ordering period for the IDC will begin on the date of contract award and the ordering period will be in effect for the three (3) year base period; in addition there is a provision for one two (2) year option period; if the option period is exercised, the length of the ordering period will be five (5) years. The period of performance for task orders awarded under the IDCs will be determined based upon the work requirement and will be included in the task order solicitation and negotiated award documents. An RFP will be issued to the selected firm for each task order. The Service Contract Act of 1965, as Amended, is applicable to this solicitation and resulting contracts and will be incorporated into same. Service wage rates will be determined relative to both the employee's office location and the location of the work. To be eligible for contract award, a firm must have a D-U-N-S number from Dun & Bradstreet (D&B) and be registered in the System for Award Management (SAM). For information in regard to opening an SAM account, see the following link for instructions: https://www.sam.gov/sam/tra nscript/Quick_Guide_for_Contract_ Registrations_v1.7.pdf. Contractors may obtain information on registration and annual confirmation requirements via the Internet at http://www.sam.gov or by calling (866) 606-8220. Additionally, in accordance with FAR Part 22.1303, all firms must complete their VETS- 100 report. Information can be found at the Department of Labor website http://www.dol.gov/vets/programs/fcp/main.htm, or call the service center at 1-866-237-0275; you will be asked to provide your company name, employer identification number (EIN), and DUNs number. 1. Project Information: Firms must be capable of performing work on a wide variety of HTRW/environmental sites in a manner that complies with federal, state, and local regulations and laws, and within time frames required. At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. A majority of the work to be performed is expected to be for HTRW/environmental sites in the USACE NWD. Specific needs will be determined based upon project requirements as described in each task order. Project assignments will typically require performance on-site and in an office setting. Selected firms will work on a variety of hazardous waste and other environmental projects, including, but not limited to contaminated soil and groundwater, contaminated sediments, radioactive and mixed wastes, underground storage tanks and fueling systems, and habitat restoration and mitigation. Assignments will include site investigations, subsurface exploration, chemical sampling, testing and analyses, hazard evaluations, feasibility and other engineering studies and reports, groundwater and other modeling, contaminant fate and transport analysis, human health and ecological risk assessments, HTRW remedial designs, preparation of plans and specifications, cost estimating, value engineering screenings and studies, field inspections, verification of existing conditions, pilot studies, surveying and mapping, community relations, construction-phase services (engineering design during construction, checking design drawings), archaeological investigations and mitigation, wetlands determination and mitigation studies, storm water design (including drainage studies and hydraulic modeling), evaluations of green technologies and energy conservation measures, and other related services. 2. Primary Selection Criteria: Selection of the firms will be based on the following primary criteria, listed in descending order of importance, first by major criterion and then by each sub-criterion. Additional consideration will be given for experience and qualifications by the prime or Joint Venture. Criteria A through E are primary criteria and will be evaluated for all offerors. (A) Specialized experience and technical competence of the firm demonstrated during the past five (5) years in the broad range of HTRW/environmental work required for this contract. Firms will be evaluated for experience and competence in areas 1 through 4, below. The most highly qualified firms will have extensive experience in all of the following areas: 1. Investigation, groundwater modeling, design, construction phase services, and preparation of CERCLA/RCRA documents for a variety of hazardous, toxic, and radioactive waste and other environmental projects. Experience must demonstrate wide-ranging capabilities, complex and diverse projects, and differing contaminants in various media. Firms should demonstrate the extent of their capabilities to serve projects located in the USAGE NWD. The basis of the evaluation will be the information in Section F of the SF 330. 2. Knowledge of and adherence to regulations and practices pertaining to studies, investigations and remediation including Comprehensive Environmental Response, Compensation and Liability Act (CERCLA), Resource Conservation and Recovery Act (RCRA), Toxic Substance Control Act (TSCA), Clean Water Act (CWA), and National Environmental Policy Act (NEPA). The basis of the evaluation will be the information in Sections F and H of the SF 330. 3. Demonstrated quality management processes and procedures that result in quality end products. Include a narrative description of quality management procedures and implementation to include internal quality control, responsibilities, and a proposed organization chart. The basis of the evaluation will be the information in Sections F and H of the SF 330. 4. Capability in managing cost-reimbursable contracts. The Prime/JV A-E firm should demonstrate experience with a cost accounting system for cost­ reimbursable contracts with the government. The basis of the evaluation will be the information in Section H of the SF 330. (B) Professional qualifications of a firm's staff and team consultants to be assigned to this contract. The education, training, professional registration, proposed job title, overall and relevant HTRW and environmental experience, longevity with the firm, and experience of key personnel will be considered. This criterion is primarily concerned with the qualifications of the key personnel and not the number of personnel. The number of personnel is addressed under the capacity criterion below. Responding firms should demonstrate the professional qualifications of their staff in these key disciplines, which are listed in descending order of importance. List professional registrations, if applicable, for the key disciplines: (1) Project Management; (2) Hydrogeology I Geology; (3) Civil/Geotechnical Engineering; (4) Chemistry; (5) Chemical I Process Engineering; (6) Risk Assessment; (7) Cost Engineering; (8) Environmental Engineering; and (9) Industrial Hygiene. The basis of the evaluation will be the information in Sections E, G, and H of the SF 330. (C) Past performance on DoD and other contracts with respect to cost control, quality of work, management/business relations, and compliance with performance schedules. Architect-Engineer Contract Administration Support System (ACASS) merged into a single application under the Contractor Performance Assessment Reports System (CPARS). CPARS is the primary source of information on past performance. CPARS will be queried for all firms submitting a SF 330. Each project in Section F of the SF 330 shall include owner's contact information. If deemed appropriate by the evaluation board, performance evaluations for any significant team subcontractors may also be considered. The board may seek information on past performance from other sources, but is not required to seek other information on the past performance of a firm, if none is available from CPARS. When evaluating past performance, the board will consider the relevancy of performance evaluations on A-E services contracts to the proposed contract, including the type of work, performing office, age of the evaluation, and whether subsequent evaluations indicate a change in a firm's performance. (D) Capacity: The board will consider available capacity of key disciplines identified above from the Prime/JV and its team consultants to perform work in the required time. The basis of the evaluation will be the information in Section H and Part II of the SF330. (E) Knowledge of the Locality: The board will evaluate a Prime/JV's familiarity with local conditions. Examples include knowledge and experience dealing with geological features and the state/ local regulatory agencies. Work under these contracts may be in a widely dispersed geographic area, therefore, responding firms should demonstrate the extent of their capabilities to serve projects located throughout the USAGE NWD. The basis of the evaluation will be the information in Sections E, F, and H of the SF 330. 3. Secondary Selection Criteria: The following secondary criterion will only be used as a tie-breaker among technically equal firms. The secondary criterion will not be co­ mingled with the primary criteria in the evaluation. The secondary criterion is the Volume of DoD A-E Contract Awards in the last 12 months. Responding firms should cite all contract numbers, task orders and modifications, award dates and total negotiated fees for any DoD A-E contract awarded within the past twelve (12) months. This information will assist in effecting an equitable distribution of DoD A-E contracts among qualified firms. The basis of the evaluation will be the information in Section H of the SF 330. 4. Submittal Requirements: Interested firms having the capabilities to perform this work must submit one (1) original plus five (5) copies and one (1) CD or DVD with searchable Adobe PDF files of one SF 330 (03/2013 edition) for the prime firm that includes all team consultants. Include the firm's DUNS number and CAGE codes in the SF 330, Part I, Sections B and C. A maximum of ten (10) projects for the proposed team, including joint ventures and teaming partners, shall be shown in Section F. For the ten (10) projects submitted in Section F of the SF 330, a "project" is defined as work performed at one site or at a single installation. An IDC contract is not a project. A project may contain multiple task orders or contracts if they are for multiple phases of the project at the same site or installation. Project descriptions shall clearly state extent of work performed by the team, extent of work completed, and dates of completion. If the offeror provides a specific task order as its "project," it shall provide the base contract number(s) and the task order number(s) for reference purposes. If the offeror provides a site-specific contract as its "project," it shall provide the contract number for reference purposes. Firms should include information regarding the Secondary Selection Criteria in Section H of the SF 330. The SF 330 shall have a total page limitation of 80 printed pages with Section H limited to fifteen (15) pages, and Part II is excluded from the 80 printed page limit. Double-sided sheets will count as two pages. Page sheets of 11 inches X 17 inches will be counted as two (2) pages if printed on one side, and four (4) pages if printed on both sides. For all SF 330 sections, use no smaller than 10 pt. font. Solicitation packages are not provided. This is not a request for proposal. Submittals must be mailed or delivered to the following address not later than 27 May 2016, 2:00 pm Central Time (no faxed or other electronic submittals will be accepted): U.S. Army Corps of Engineers, Kansas City District Attn: CECT-NWK-H (Robert Johnson) 601 East 12th Street Kansas City, MO 64106-2896 (816) 389-2281 Submit questions, in writing only, to Robert Johnson at Robert.F.Johnson@usace.army.mil and William (Josh) Hill at William.J.Hill@usace.army.mil. Questions must be submitted in no later than 2 May 2016 and must contain the solicitation number in the subject line of the e-mail. Contracting Office Address: U.S. Army Corps of Engineers, Kansas City District 601 East 12th Street (Room 647) Kansas City, MO 64106-2896
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-16-R-3003/listing.html)
 
Place of Performance
Address: USACE NWD (including Kansas City, Omaha, and Seattle Districts)., United States
 
Record
SN04103267-W 20160505/160503234544-b54b67dc227736e88c69bc025897ff78 (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.