Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 16, 2016 FBO #5441
SOLICITATION NOTICE

C -- Unrestricted Indefinite Delivery Contracts (IDC) for Architect-Engineering (A-E) Services within EPA Region 2 and the Northwestern Division

Notice Date
10/14/2016
 
Notice Type
Presolicitation
 
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-17-R-3001
 
Archive Date
12/7/2016
 
Point of Contact
Kori Hames, Phone: 8163892037, Michael D. Dixon, Phone: 8163893577
 
E-Mail Address
Kori.A.Hames@usace.army.mil, michael.d.dixon@usace.army.mil
(Kori.A.Hames@usace.army.mil, michael.d.dixon@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. 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 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 work will be located within Environmental Protection Agency (EPA) Region 2 and the NWD boundaries (including Kansas City, Omaha, and Seattle Districts), with the majority of the work in EPA Region 2. In support of this effort, the Government intends to award contracts to five (5) unrestricted firms sharing $120 million in total contract capacity. However, if the Contracting Officer determines during the selection process that fewer or more than five (5) contracts should be awarded, based upon the selection criteria, the Contracting Officer has the discretion of adjusting that number, or awarding none at all. This announcement is unrestricted and open to all businesses, regardless of size. The period of performance for each contract will include a base period of five (5) years. It is anticipated that the contracts will be awarded by August 2017, or earlier. Task orders will be issued as the need arises during the contract 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 awarded as either fixed-price or cost reimbursement type orders. There is no limit on the value of individual task orders and the period of performance on individual task orders shall not exceed five (5) years. Firms receiving award will share an ordering amount of $120 million over the life of the contracts. Large businesses that are selected will be required to submit a Small Business Subcontracting Plan. The Kansas City District subcontracting goals, which will be considered in the negotiation of the contracts, are: a minimum of 40% of a contractor's intended subcontract amount be placed with Small Businesses (SB) with 3% of that to Small Disadvantaged Businesses (SDB), 7% to Women-owned Small Business (WOSB), 1% to Historically Underutilized Business Zone (HUBZones), 2.0% to Veteran-owned, and 3% to Service-Disabled Veteran-Owned SB (SDVOSB). 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 $15 million or less. Due to the nature of the requirements, projects are typically completed in phases such as preliminary assessment, remedial investigation, feasibility study, design, engineering during construction, post-construction long term operations or monitoring, and post-construction optimization or modifications to existing systems and remedies. 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 in conjunction with the SF 330. 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 period of performance for the IDC will begin on the date of contract award and the ordering period will be in effect for the five (5) year base period. The period of performance for task orders awarded under the IDCs will be determined based upon the work requirement (not to exceed five (5) years) and will be included in the task order solicitation and negotiated award documents. 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 the employee's office location rather than the location of work. Prior to contract award, vendors must be actively registered in the System for Award Management (SAM) which can be accomplished at https://www.sam.gov/portal/public/SAM/. There is NO FEE for this registration. Your SAM registration must reflect the NAICS code for this particular solicitation (541330). By submission of a proposal, an offeror acknowledges the requirement to be registered in the SAM database prior to award; during performance; and through final payment of any contract resulting from the solicitation. For assistance, you may access the SAM help desk at the Federal Services Desk at https://www.fsd.gov/. Additionally, in accordance with FAR Parts 22.1310(b), 52.222-35 and 52.222-37, all firms must file a VETS-4212 between 01 August and 30 September of each year following the calendar year in which they had contract(s) over $150K for the procurement of personal property or non-personal services (including construction). Information can be found at the Department of Labor website http://www.dol.gov/vets/programs/fcp/main.htm or you may e-mail the customer support center at VETS4212-customersupport@dol.gov; you will be asked to provide your company name, employer identification number (EIN), and DUNs number. 2. 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. A majority of the work to be performed is expected to be for Superfund projects in EPA Region 2. 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 projects, including, but not limited to: investigation of, and design of remedies for contaminated soil, groundwater, soil gas and indoor air, contaminated sediments, radioactive and mixed wastes, landfills, underground storage tanks and fueling systems. Assignments may include: site investigations, drilling and subsurface exploration, chemical sampling, testing and analyses, analytical data validation, hazard evaluations, develop conceptual site models, perform treatability studies, feasibility and other engineering studies, groundwater and other modeling, contaminant fate and transport analysis, human health and ecological risk assessments, prepare EE/CA reports, prepare Remedial Investigation and Feasibility Study reports, prepare Remedial Designs, perform surveying and mapping, verify existing conditions and utilities, perform structural engineering assessments of existing structures, perform pilot studies, preparation of plans and specifications and engineering drawings, cost estimating, value engineering screenings and studies, field inspections, performing community relations support work, construction-phase services (engineering design during construction, checking design drawings, preparing Remedial Action Completion Reports), dredging design, archaeological studies and mitigation plans, wetlands determinations and mitigation plans, storm water design (including drainage studies and hydraulic modeling), perform 5 Year Reviews, review work products prepared by others and perform oversight of work performed by others, optimization studies on existing treatment facilities or monitoring programs, perform biological assessments and prepare habitat restoration and mitigation plans, evaluations of green technologies and energy conservation measures, and other related services. 3. 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 and will be evaluated for all offerors. (A) Specialized Experience and Technical Competence: The Specialized Experience and Technical Competence of the firm in the broad range of HTRW/environmental work required for this contract will be considered. 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. Conducting Remedial Design work that includes preparing engineering and construction design documents for in-situ and ex-situ remediation. The Prime/JV A-E firm should demonstrate wide-ranging capabilities, including complex and diverse projects, and differing contaminants in various media for a variety of hazardous, toxic, and radioactive waste projects that follow CERCLA regulations and procedures. Projects performed on behalf of EPA Region 2 will receive higher consideration than work performed for other clients or agencies. Project work completed within the past 7 years will receive higher consideration than work performed more than 7 years ago. Only information presented in Section F of the SF330 will be the basis for evaluation for this sub-criterion. 2. Remedial Investigation work that includes sample collection, interpretation of results, preparing conceptual site models, groundwater flow and contaminant transport modeling, performing human health and ecological risk assessments, and Remedial Investigation Reports in accordance with CERCLA guidance and requirements. The Prime/JV A-E firm should demonstrate wide-ranging capabilities, including complex and diverse projects, and differing contaminants in various media for a variety of hazardous, toxic, and radioactive waste projects that follow CERCLA regulations. Projects performed on behalf of EPA Region 2 will receive higher consideration than work performed for other clients or agencies. Project work completed within the past 7 years will receive higher consideration than work performed more than 7 years ago. Only information presented in Section F of the SF330 will be the basis for evaluation for this sub-criterion. 3. Demonstrated quality management processes and procedures that result in high quality work products. The Prime/JV A-E firm should demonstrate a strong understanding of quality management principles, including a description of organizational structure, responsibilities, and application of quality management procedures. Only information presented in Section H of the SF330 will be the basis for evaluation for this sub-criterion. 4. Demonstrated capability in managing cost-reimbursable contracts. The Prime/JV A-E firm should demonstrate experience completing work under cost-reimbursable contracts with the Federal or State government(s). The Prime/JV A-E firm should demonstrate knowledge of applicable regulations and cost accounting principles necessary to manage work performed under cost-reimbursable contracts with the Federal or State government(s). Only information presented in Sections F and H of the SF330 will be the basis for evaluation for this sub-criterion. (B) Professional Qualifications: The professional qualifications of a firm's staff and team consultants to be assigned to this contract will be considered, including the education, professional registration, proposed job title, longevity with the firm, and relevant HTRW/environmental experience of key personnel. 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. Firms should demonstrate the extent of their capabilities to serve projects located in both EPA Region 2 and the USACE NWD. Professional qualifications on projects performed on behalf of EPA Region 2 Superfund will have greater importance. Responding firms should demonstrate the professional qualifications of their staff in these key disciplines, which are listed in descending order of importance. List the education, professional registration (if applicable), proposed role in this contract, longevity with the firm, and relevant HTRW/environmental experience for the key disciplines: # / Code # / Key Discipline: / Minimum # of Resumes to be included: 1. / 48 / Project Management / 4 2. / 12 or 23 / Civil/Environmental Engineering / 3 3. / 27 / Geotechnical Engineering / 3 4. / 10 / Chemical/Process Engineering / 3 5. / 30 / Geology/Hydrogeology / 3 6. / 11 / Chemistry / 3 7. / 50 / Risk Assessment / 2 8. / 18 / Cost Engineering / 2 9. / 36 / Industrial Hygiene / 2 10. / none / Health Physics / 1 Note: Code # for various disciplines defined in SF 330 Instructions, page 5 Only information presented in Section E of the SF330 will be the basis for evaluation for this criterion. There is no maximum number of resumes required per discipline, and all resumes will count towards the overall page count. (C) Past performance: Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules will be considered. The Contractor Performance Assessment Reports System (CPARS) will be the primary source of information on past performance. CPARS will be queried for the Prime/JV firms submitting a SF330. 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 maximum task order amount will be the contract 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. Only information presented in Part II of the SF330 will be the basis for evaluation for this criterion. Firms are reminded to use the discipline specific Function Codes as defined in the SF330 Instructions, page 5. Firms should annotate the Part II forms to include Health Physics as one of the key disciplines even though there is no Function Code specific to this discipline. (E) Knowledge of the Locality: 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 in both EPA Region 2 and the USACE NWD. The board will evaluate a Prime/JV's knowledge and experience dealing with regional geological and hydrogeological conditions, and the state/local regulatory agencies, in the EPA Region 2 and NWD localities. Information presented in Section H of the SF330 will be the primary basis for evaluation for this criterion, and pertinent information included in Sections E and F will be also be considered. (F) Secondary Selection Criteria: The following secondary criteria will only be used as a tie-breaker among technically equal firms. The secondary criteria will not be co-mingled with the primary criteria in the evaluation. The two secondary selection criteria are listed in descending order of importance. 1. SB and SDB Participation. The extent of participation of Small Businesses (SB), Small Disadvantaged Businesses (SDB), Historically Black Colleges and Universities (HBCU), and Minority Institutions (MI) will be evaluated. The greater the participation, the greater the consideration, provided that the goals are realistic, and in line with the District's goals as stated above. Only information presented in Section H of the SF330 will be the basis for evaluation for this criterion. 2. Volume of DoD A-E Contract Awards in the last 12 months. Responding Prime/JV firms should cite all contract numbers, task orders and modifications, award dates and total negotiated amounts 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. Only information presented in Section H of the SF330 will be the basis for evaluation for this criterion. 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/JV 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. For the ten (10) projects submitted in Section F of the SF 330, a "project" is defined as work performed at one site or a single installation. An IDC contract is not a project. A project may contain multiple task orders if they are from the same site or installation. 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. The instructions for SF330 require certain project specific details for each of the 10 projects presented in Section F of the SF330. In addition to the information required by the SF330 instructions, all project descriptions must include the following additional information in Box # 24: • Contract number or numbers under which the firm performed the work. Include the Task Order number for work done under an Indefinite Delivery Type Contract. • The type of contract under which the work was performed (Firm Fixed Price, Cost Reimbursable, or other). • The total contract obligation amount including all modifications, award date, and period of performance for each contract or contracts that include the project work being described. • The percentage of the contract amount performed by the prime offeror, JV partner, or team subcontractor. • The starting and ending dates, or period during which the work being described was performed. • Indicate whether or not there is one or more corresponding performance assessment ratings located in the CPARS system for the subject project work being described. 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 100 printed pages with Section H limited to twenty (20) pages, and Part II is excluded from the 100 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. For all SF 330 sections, use no smaller than 11 pt. font. Solicitation packages are not provided. This is a request for qualifications. This is not a request for proposal. Submittals must be mailed or delivered to the following address not later than 4:00 pm Central Time on November 22, 2016 (no faxed or other electronic submittals will be accepted): U.S. Army Corps of Engineers, Kansas City District Attn: CECT-NWK-H (Kori Hames) 601 East 12th Street Kansas City, MO 64106-2896 (816) 389-2037 Inquires/questions regarding this solicitation must be submitted via Bidder Inquiry module in ProjNet at www.projnet.org/projnet. To submit and review all inquiries and the Government's responses, firms will need to be a current registered user or self register into the system. To self-register, go to the aforementioned web page and click on the BID tab. Select Bidder Inquiry, select agency USACE, enter the Bidder Inquiry Key for this Solicitation listed below, your email address, and then click login. Fill in all required information and click create user. Verify that information on the next screen is correct and click continue. From this page, you may view all bidder inquiries or add a new inquiry. Offerors will receive an acknowledgement of their questions via email, followed by an answer to their questions after it has been processed by the Government's acquisition team. Please Note: Offerors shall only submit one stand-alone and specific question per inquiry. All inquiries containing multiple questions shall be rejected. The Solicitation Number is: W912DQ-17-R-3001 The Bidder Inquiry Key is: 6B4UE8-647XZV The Bidder Inquiry System will be unavailable for new inquiries after 4:00 pm, local Kansas City time on November 8, 2016. Offerors are requested to review the Solicitation in its entirety, and review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. The ProjNet call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago) or by appointment for OCONUS. The telephone number for the Call Center is 1-800-428-HELP. Email to staff@rcesupport.com.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-17-R-3001/listing.html)
 
Place of Performance
Address: U.S. Army Corps of Engineers, Kansas City District, 601 East 12th Street (Room 647), Kansas City, MO 64106-2896, Kansas City, Missouri, 64106, United States
Zip Code: 64106
 
Record
SN04304954-W 20161016/161014234119-dc51d0b1278194a304f998355a987de6 (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.