Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 07, 2016 FBO #5340
MODIFICATION

C -- ENVIRONMENTAL SERVICES SOUTH ATLANTIC COAST

Notice Date
7/5/2016
 
Notice Type
Modification/Amendment
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Acquisition Division - Kansas City, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106, United States
 
ZIP Code
64106
 
Solicitation Number
NFFKHC30-16-02141JMJ
 
Archive Date
7/23/2016
 
Point of Contact
Jeanie M. Jennings, Phone: 8164267458
 
E-Mail Address
jeanie.m.jennings@noaa.gov
(jeanie.m.jennings@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Environmental Restoration Services for Miscellaneous Services including Architect-Engineer (A-E); Construction and Environmental Restoration Support. 1.Contract Information: Selection will be made for one Small Business for the Region of the Southern U.S. Atlantic Coast (SAC)which includes the states of North Carolina,, South Carolina, Georgia, Florida and Puerto Rico. The preponderance of the work will be in the SAC area; however work required may include Environmental Services throughout the United States and its territories. The contract will be Indefinite Delivery Indefinite Quantity (IDIQ) and have a five-year period of performance with no options. Individual task orders issued under the contract will be of a cost-plus fixed fee or firm-fixed price type. The acquisition value for the contract is not to exceed $9,975,000.00. This is a 100% Small Business Set-Aside. The NAICS Code is 562910; size standard 750 employees. The contract will have a guaranteed minimum of $25,000.00 for the contract period. Federal Acquisition Regulation (FAR) 36.505(b) (Brooks Act) procedures will be used to acquire these services. 2.For purposes of classifying Government procurement as Environmental Remediation Services, the general purpose of the procurement must be to restore or directly support the restoration of a contaminated environmental. This includes activities such as preliminary assessment, site inspection, testing, remedial investigation, feasibility studies, remedial design, remediation services, containment, and removal of contaminated materials or security and site closeouts. The general purpose of the procurement need not necessarily include remedial actions. Also the procurement must be comprised of activities in three or more separate industries with separate NAICS codes or in some instances (e.g., engineering), smaller sub-components of NAICS codes with separate and distinct size standards. These activities may include, but are not limited to separate activities in industries such as: Heavy construction; Special Trade Contractors; Engineering Services; Architectural Services; Management Consulting Services, Hazardous and other Waste Collection; Remediation Services; Testing Laboratories; and Research and Development in the Physical, Engineering, and Life Sciences. If any activity in the procurement can be identified with a separate NAICS code, or component of a code with a separate distinct size standard, and that industry accounts for 50% or more of the value of the entire procurement, then the proper size standard is the one that particular industry, and not the Environmental Remediation Service size standard. This procurement includes work under at least three NAICS codes, none of which accounts for 50% or more of the procurement. 3.Project Information: The workload for habitat and living marine resource restoration projects for the Restoration Center (RC) is coordinated through one of the four regional offices located throughout the United States. As stated above, this contract will focus on the SAC region. Firms responding to this notice are required to hold Architect-Engineer and Land Surveyor licenses to perform the services in SAC/GL region or demonstrate the ability to acquire the required licensed discipline(s) prior to task orders being issued. This contract will require work to be performed by firms experienced in a broad field of environmental restoration planning, design, implementation, construction oversight, compliance monitoring and construction. Services required may include, but are not limited to the following broad categories: a.Technical/scientific assessments, studies, surveys, sampling and mapping including, but not limited to: topographic, bathymetric, aerial imagery, ecologic, hydrologic, geo-technical, contaminated materials, hydro geologic, marine, estuarine, oceanographic, cultural and historic resources, wetlands, and plant and animal community assessments; b.Civil engineering designs, construction plans, and permit applications; c.Modeling including hydrological and hydraulic evaluations including, but not limited to: surface and groundwater quality and quantity, sediment or contaminate transport, and tides and tidal currents and wave models; d.Preparing documentation needed for local, state, and federal environmental regulatory permits and compliance; e.Construction, oversight and project coordination necessary to implement environmental restoration services; including, but not limited to, material removal and placement and other restoration activities; and f.Public and stakeholder interaction and participation such as presentation of both written and visual materials; data analysis/interpretation/modeling, and data management. g.Construction services to enable restoration of environmental habitat functions and services and may include removal and placement actions. These restoration activities may include, but are not limited to: excavation, transportation, and disposal or placement of certain debris or material; removal of fish passage barriers; levee and instream or aquatic infrastructure removal; installation of subtidal reefs; creation of seagrass or wetland habitat; infrastructure related to water conservation, water control, or fish passage; and property protection associated with stream channel and other aquatic restoration projects. 4.Primary Selection Criteria: The following primary selection criteria are listed below in descending order of importance. (A) SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: (FAR 36.602-1(a)(2)). On SF 330 (http://www.gsa.gov/portal/forms/download/116486), list current projects or projects completed in the past five (5) years and whether the experience is that of the prime (or joint venture) or from an office other than that experience for this project. Section H may be used for additional information. The board will evaluate the specialized experience on similar projects and the technical capabilities of the prime firm and any subcontractors. The effectiveness of the proposed project team (including management structure, coordination of disciplines, offices and/or subcontractors, and prior working capabilities) will also be evaluated. Work cited that is experience of prime (or joint venture) from an office other than that experience for this project is to be evaluated as follows (All specialized experience factors are listed in descending order of importance) (1) Investigation study, design, regulatory compliance, and construction phase services and monitoring of a variety of habitat restoration, projection and enhancement projects. Experience must demonstrate wide-ranging capabilities for diverse projects in various geographical areas of U.S. including a wide range of habitats supporting marine, estuarine, and anadromous fishery resources. Demonstrated recent experience of the prime or the joint venture forums in the assessment, design, permitting, construction oversight, and monitoring habitat restoration sites will have the greatest weight. Examples of typical projects include, but are not limited to: •Tidal and non-tidal wetlands restoration; •Stream restoration including designing channels and flood plains and addition of fish habitat structures; •Riparian revegetation; •Designing and implementing the removal of, modifications to, or replacement of physical barriers (especially dams and culverts) to anadromous fish passage; •Designing and implementing the removal of, modifications to, or replacement of physical barriers (especially dams and culverts) to anadromous fish passage; •Designing road retirement and removal and related habitat restoration; •Coastal floodplain/wetland restoration design and pertinent construction techniques; •Riparian fencing; •Intertidal mud and sand flat restoration; •Tidal and riverine hydrology modification; •Fish and shellfish stock enhancement •Dredge and fill type habitat restoration projects in tidal areas; •Coral reef restoration projects; •Barrier island/barrier headland restoration projects; •Exotic vegetation removal projects; •River diversion projects (e.g. crevasse projects); •Oyster •Reef construction projects; •Derelict vessel and marine debris removal; and •Submerged aquatic vegetation restoration projects. The firms experience and technical competence shall include: •Technical assessments including plant and animal population and community assessments; ecological site characterization; cultural resources assessment; bathymetric and topographic surveying; ecological modeling including hydrodynamic models, water quality models, sediment transport models, ecological models and landscape models; socioeconomic impact assessments of coastal or marine habitat restoration projects, and geotechnical investigations; •Restoration planning, engineering and design, engineering details and specifications, sequence of construction bid packages and regulatory permit applications, and in compliance with federal, state, and local regulations and regulatory processing. •Organization, facilitation and participation in public meetings, hearings and outreach programs. •Environmental documentation in accordance with the National Enviro0nmental Policy act (NEPA) to include preparation of Environmental Assessments and Environment Impact Statements. •Construction oversight and inspection of restoration projects. •Monitoring of project performance for both engineering components and ecological/environmental components. •Site assessment (Phase I and Phase II) which includes performing surveys and compile required documentation for property transfer or sale; compliance review which include the evaluation of installations and practices, provide feedback, training, and report; ensure budget requests reflect all corrective actions; management audits - consistency with environmental compliance objectives; identify elements of risk; risk assessment to ascertain pathways of transport and exposure and risk to the environmental; preliminary assessments/site investigations and hazardous materials and waste information to provide assistance with identification and storage of hazardous materials and guidance on proper hazardous waste disposal. •In the aftermath of an emergency incident (i.e., oil spill, chemical release, vessel grounding, storm event or other related incident) professional services may be needed to rapidly plan, coordinate, perform, and/or subcontract to and oversee a firm that can implement certain specifically identified small-scale emergency restoration projects. (2) Demonstrated quality management procedures for restoration projects. Include a proposed staff team organizational chart with specificity on the team's regional project management structure and a narrative description of personnel responsibilities and how the quality management/quality control procedures will function and be monitored for performance (A detailed quality control plan shall be submitted by the A-E as part of the negotiations process). (3) Knowledge of and familiarity with statues; regulations and practices pertaining to coastal and marine environmental work. Knowledge of and familiarity with federal, state and local environmental laws, regulations and policies. (B) PROFESSIONAL QUALIFICATIONS (FAR 36.602-1(a)(1). Personnel by discipline should show the entire proposed team by listing personnel from the prime contract and personnel from subcontractors/teaming arrangement. The board will evaluate, as appropriate, the education, skills, training, registrations, overall and relevant experience, and longevity with the firm of key management and technical personnel. If all disciplines listed below are not within the firm and/or teaming arrangement, a detailed explanation of how these disciplines will be acquired, when necessary, shall be clearly addressed. This evaluation criterion focuses primarily on the qualifications of the key personnel and not the number of personnel, which is addressed under the capacity criterion (3c). Responding firms should demonstrate the professional qualifications in these primary disciplines. The states of professional registration and certification of each team member must be included on each resume. A summary matrix that displays the discipline degree, years of experience, state(s) of registration/certification and physical office location in each of the specialized experience categories for each person on the proposed team is encouraged. • Biologist •Aquatic and Fishery Ecologist •Environmental Scientist •Civil Engineer •Landscape Architect •Structural Engineer •Coastal and River Geomorphologist •Planner •Computer-Aided Drafting and Design Operator •Hazardous Waste Specialist •Geotechnical Engineer •Environmental Chemist •Toxicologist •Environmental Engineer •Historian •Archeologist •Geologist •Geochemist •Geohydrologist or Hydrologist •Meteorologist •Economist •Technical Writer •Land Surveyor and Title Searcher •Quality Assurance/Quality Control Officer •Project/Contract Manager •Cost Engineer •Risk Assessor •Community Relations •Statistician •Computer Scientist •Coastal Engineer •Ocean Engineer (C) LOCATION IN THE GENERAL GEOGRAPHIC AREA OF THE SOUTH ATLANTIC COAST, and knowledge of the locality of the project (FAR 36.602-1(a)(5)). A firm does not have to be located close to a NMFS project, but must be familiar with the regional bio-physical conditions and political jurisdictions of the South Atlantic Coast. Firms with physical office locations and qualified project managers within the South Atlantic Coast states are preferred. Preferred examples include specific projection and restoration knowledge and relevant project experience with coastal federal, state and local regulatory agencies, acquired from consulting with and permitting for the activities in coastal areas as described above in section 3.a. (1)"specialized experience and technical competence". This includes local geological features, ecological communities, climatic conditions and local construction methods that are regionally unusual or unique. Emphasis will be placed on the firm's knowledge of NOAA/NMFS habit protection and restoration projects. (D) CAPACITY (FAR 36.602-1(a)(3)). The board will consider each firm's experience with similar size projects and the available capacity of key disciplines when evaluating the capacity of a firm or team to perform the work in the required time. Since it may be difficult for a firm to accurately predict required staffing based on the information in this synopsis, a firm will not be disqualified or downgraded because of its proposed number of personnel for a project shown on SF330. Instead, the board will consider the total strength of the key disciplines in the prime firm and its consultants in the designated regional offices proposed to perform the work, in relationship to the firm's current workloads. (E) PAST PERFORMANCE: SF330, Section F. Cite examples of performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance goals and schedules. You may include customer satisfaction such as recognition for technical achievements, cost savings or commendations received by your team for projects similar to those being requested in this synopsis. Firms shall provide at least three (3) but no more than ten (10) contact persons (and phone numbers/email address) who were involved with the project(s) being profiled. Responses will be evaluated to determine (1) ability to be cost-effective, (2) ability to remain on schedule and provide high quality services; and (3) customer satisfaction. 1. 5. SUBMITTAL REQUIREMENTS: Qualified firms desiring consideration must be received at the following address no later than 3:00 PM Central Time on July 18, 2016. TWO (2) hard copies and five (5) CD’s shall be submitted to: U.S. Department of Commerce, NOAA/EAD-Kansas City/Jennings, Room 1734, Kansas City, MO 64106. Also, if you intend to hand deliver your submissions both delivery points have security processes that must be followed. Allow sufficient time to clear security. In the SF330, Part I, Section F, cite whether the experience is that of the prime (or joint venture), consultant or an individual. Work cited that is experience of the prime (or joint venture) from an office other than that identified in Block 21 shall be so labeled. Offeror must provide adequate documentation to illustrate the extent of participation of the proposed team in terms of the percentage of the total anticipated contract effort. Copies of the SF330, Part II, for the prime firm and all consultants shall be included in the SF330. Include the firm’s ACASS number, if applicable in Section H of the SF 330. Part I is limited to fifty (50) pages. Double-sided sheets count as two pages. For all SF 330 sections, use no smaller than 10 pt. font. Proposing firms are responsible for supplying information concerning each evaluation factor, including copies of any professional certifications or licenses. Professional certifications, licenses, table of contents and dividers are not considered part of the 50 page count limitation. Organizational chart are also excluded from the 50 page count limitation and may be submitted on paper no larger than 11” X17”. The type cannot be any small than the 10 pt. font size. Joint Ventures (JV), Limited Liability Companies (LLC) or Limited Partnerships (LTD) shall submit the following additional documentation regarding their business entities; • A copy of the JV, LLC or LTD agreement. •A detailed statement outlining the following in terms of percentages where appropriate: (1) the relationship of the team/partners/parties in terms of business ownership, capital contribution, profit distribution or loss sharing; (2) The management approach in terms of who will conduct, direct, supervise, and control. (3) The structure and decision-making responsibilities of the partnersparties in terms of who will control the manner and method of performance of work. (4) Identify (by name and title) the personnel having the authority to legally bind the partners/parties (including • A list of partners/parties, to include company name, DUNS and CAGE numbers, address, point of contract, email address, and phone number. No other information, including pamphlets or booklets, is requested or required. No other general notification to firms under consideration for this project will be made. Facsimile transmissions will not be accepted. Solicitation packages are not provided. This is not a request for a proposal for a specific project. A separate solicitation shall be used to request proposals from the firm selected. To be eligible for contract award, all firms must be registered with the System for Award Management (SAM) prior to award of any government contract. To obtain information regarding registering in SAM, call 1- 866-606-8220, or log on to Internet web site at https://www.sam.gov VETS-4212 Requirement: Per Federal Acquisition Regulations (FAR) part 22.1303 all firms must complete their VETS-4212 report via the Department of Labor website at www.dol.gov/vets/vets4212.htm / to be eligible for award. QUESTIONS: Solicitation packages are not provided. Phone calls to discuss the submittal are discouraged unless absolutely necessary. Personal visits for the purpose of discussing this solicitation are not allowed. All questions must be directed, via email, to: Jeanie Jennings, Contracting Specialist at Jeanie.m.jennings@noaa.gov;. Questions will be accepted until 10:00 AM CDST on July 6, 2016. Response to the questions received will be published by close of business on July 7, 2016. Any official communications shall be published in FedBizOpps. Vendors should register as Interested Vendors to ensure receipt of updated information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/NFFKHC30-16-02141JMJ/listing.html)
 
Place of Performance
Address: Southern Atlantic Coast, United States
 
Record
SN04170882-W 20160707/160705234147-cab075cd7a7c31749bc914fe58ac039b (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.