MODIFICATION
Z -- Environmental Remediation Services at the former Belle Mead Army Depot in Belle Mead, NJ - Solicitation 1
- Notice Date
- 10/20/2016
- Notice Type
- Modification/Amendment
- NAICS
- 562910
— Remediation Services
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Acquisition Management Division (3PQ), The Dow Building, 100 S Independence Mall West, Philadelphia, Pennsylvania, 19106-1521, United States
- ZIP Code
- 19106-1521
- Solicitation Number
- GS-03-P-17-AZ-C-0001
- Response Due
- 11/21/2016 4:00:00 PM
- Point of Contact
- Thomas J. Poulignot, , James Henry,
- E-Mail Address
-
thomas.poulignot@gsa.gov, james.henry@gsa.gov
(thomas.poulignot@gsa.gov, james.henry@gsa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Technical Requirements Tree Mitigation Report DRCC Application SESCP Application Bid Schedules Schedule A-20161019 C301 C201 C101 Specifications Rev2 Davis Bacon Wage Determination SF-1442 PROJECT: Environmental Remediation Services at the North Parcel of the former Belle Mead Army Depot in Hillsborough Twp., NJ FUNDING: Award is subject to the availability of funds. SMALL BUSINESS SET-ASIDE: This requirement is being solicited as a total small business set-aside. The applicable NAICS code is 562910 (Environmental Remediation Services). The Small Business Size Standard is 750 employees or less. PRE-PROPOSAL SITE VISIT: A pre-proposal site-visit, inclusive of an overview of the project specifications and requirements, is scheduled for Thursday October 27, 2016 at 10:00 AM EST at: Hillsborough Township Building 379 S Branch Rd, Hillsborough Township, NJ 08844. PROJECT DESCRIPTION/ SCOPE OF WORK The former Belle Mead Army Depot was established on April 29, 1942 when the Department of the Army acquired 26 tracts of land (totaling approximately 868 acres). The BMAD was officially activated on August 10, 1942 and was used primarily for operations by the US Army Supply Services Network until 1958. Approximately 800 acres were transferred to GSA on July 1, 1958. GSA used the property for the storage and distribution of federal supplies until 1991. Among materials stored by GSA were batteries, paint, petroleum products, propane, pesticides, solvents, and strategic metals. Environmental site investigations have been conducted since the late 1980s. They have sporadically identified arsenic and polycyclic aromatic hydrocarbons (PAHs) at concentrations exceeding New Jersey Department of Environmental Protection (NJDEP) remediation standards. Other investigations identified concentrations of lead, thallium, vanadium, selenium, mercury, naphthalene, and 4,4-dichlorodiphenyltrichloroethane (DDT) exceeding NJDEP standards at several specific areas of the site. GSA entered into a voluntary clean-up program in April 2000 with the NJDEP. As submitted to NJDEP, GSA is responsible for remediation of contamination over the entire site and, due to changes in NJ law and regulation, remedial activities are required to be completed by 2019. The Remedial Action Work Plan (RAWP) generally consists of scraping, consolidating, and capping impacted surface soil from throughout the Site. For consideration in this acquisition, the Site is separated between the North Parcel which comprises a portion of the original BMAD, and the surrounding residential properties which have become contaminated as a result of soil leeching. Environmental Remediation services are needed for the execution of the Remedial Action Work Plan developed by AECOM, the Government’s design firm. The scope of remediation services required includes the execution of tree removal and disposal, excavation of contaminated soil and transportation of the soil on the site. In addition, soil sampling, monitoring, construction of a containment cap and final soil stabilization will be required. GSA has secured Construction Management Services and Construction Administration Services for the monitoring of the remediation. However, the remediation contractor will be expected to perform their own monitoring and record maintenance and produce them for Government inspection. SELECTION PROCESS The approach to source selection for this procurement will be pursuant to the best value tradeoff concept as identified in FAR Part 15.101-1 and FAR Part 15.3. Award may be made without discussions. It is the government's intention to award a contract to the offeror whose proposal conforms to the RFP requirements and is considered to be most advantageous to the government, price and technical factors considered. Competitive proposals shall be evaluated and assessed based on the factors specified in this solicitation. For this solicitation, the combined weight of the technical evaluation factors is significantly more important than price. Offerors will be required to submit proposals as delineated below. The technical proposal shall be separately bound from the price proposal and shall not contain any price information. Each part must be fastened or bound together. Proposals shall be submitted typed on non-reduced 8-1/2” x 11” pages using font size 12 with 1” margins on all four sides. Any forms and charts shall be clearly labeled and referenced and are not subject to the font size limitation. The Government encourages the Contractor to print the proposal double-sided so as to be environmentally friendly and save paper. Each side of paper with print is considered one page of text. The pricing proposal will consist of the following: a. Signed Standard Form 1442 and acknowledgment of all amendments b. Completed offer sheet c. GSA Form 3503, Representations and Certifications d. GSA Form 527, Contractor’s Qualifications and Financial Information including audited financial statements for a minimum of the past three (3) years Number of Copies: Submit an original hard copy of both price and technical proposals. Electronic submission via a flash drive will be required as well. The proposal should clearly demonstrate that the offeror has a thorough understanding of the requirement. Mere statements made by the offeror that he/she understands, can or will meet the solicitation requirements or paraphrasing the solicitation or parts thereof will be considered inadequate. Phrases such as "Standard procedures will be employed" or "well known techniques will be used" will also be considered inadequate. Clarity and completeness of the description of the offeror’s approach to the project is essential. Marketing brochures count against the page limitation and should only be submitted if they are necessary to support the content of the technical proposal. Technical Evaluation Factors (1) Project Team Qualifications [5 pages max] a. This factor will assess the qualifications of the general contractor and key project team members for successfully performing this project. Experience, professional certifications, awards and other pertinent information will be examined. In addition, the Government will assess the offeror’s understanding of the project by examining its proposed technical approach. The following information should be submitted to address this factor: b. Qualifications of Project Manager, Superintendent, Environmental Quality Control Manager – Submit information to sufficiently demonstrate that these individuals have the necessary professional registrations, education, leadership, and technical experience to ensure successful completion of this project. Each of the individuals should have at least ten (10) years of relevant experience for their proposed position. Individuals proposed should have experience on the projects proposed under past performance and prior experience. Include owner references (limit references to relevant projects). c. Organization Chart and Staffing Plan – Submit an organization chart for the project team showing organizational positions. This chart should show lines of authority within the project team, between the project team and its corporate organizations, and between the project team and the Government. Staffing plan should indicate cohesiveness between projects of previous relevant experience and past performance. (2) Management Approach [10 pages max] Management Plan – Submit a Management Plan for this Project that explains how the various team members will work together and the methodology and processes that will be used to manage this entire Project. The plan should describe how the offerror will start in January 2017 (Assume Award of December 22), substantially complete the work by December 2018 and submit closeout documentation by February 2019 in order to submit a remedial action outcome report by the statutory deadline of May 2019. Include the following: • A detailed description of the offeror’s overall approach to managing and delivering the subject project within the budgetary and time constraints. The description must include a discussion of the offeror’s approach to managing the project to meet or exceed performance criteria on schedule and within budget. The discussion should state how the schedule for the project will be met while, at the same time, managing any changes that may occur. • A discussion of the most significant risks associated with this project and how the offeror proposes to mitigate these risks. • A Conceptual Construction Quality Control Plan (QCP). The QCP should describe the offeror’s methodology for controlling quality during construction and should demonstrate the offeror’s understanding of the high level of quality expected on a project of this type. • A project schedule narrative and a project schedule in CPM network format. The schedule should cover the time from contract award through completion of all punch list items. This should include linked network logic showing the general management approach to constructing the project. Include important milestone requirements as indicated in the specifications. • Cost and Change Management - Describe how you will manage the initial budget upon award, utilizing Earned Value Management, or other Cost Management Techniques. Describe how you will manage your subcontractors, with respect to cost and change management, and what you will do to keep the process moving expeditiously. Describe your approach with change management with regard to government changes. • Electronic Project Management (ePM) – GSA utilizes ePM, which is a commercial off the shelf (COTS) database, for the design and construction phases. Address your experience with this program, or similar software, on past projects and how you will use it on this project during construction. • A draft site utilization and coordination plan detailing the offerors intended approach to the siting of temporary facilities, management of construction traffic, and other ongoing construction efforts. (3) Experience of the Firm [5 pages max] a. This factor will measure the number of opportunities the offeror has had to learn by doing. The projects submitted under Past Performance on Relevant projects should be the same as the projects submitted under this factor. The Government will examine the breadth, depth and relevance of prior experience in performing projects similar in size, scope and complexity to the one described in the solicitation. In descending order of importance, relevant components of these projects might include: • Size – greater than 50 acres • Type – environmental remediation • Scope – consolidation and capping of impacted soils onto existing site • Regulatory – work under regulatory guidelines and a statutory deadline (New Jersey Department of Environmental Protection) b. Prime contractor – For the prime contractor (or joint venture) the offeror is requested to submit a detailed descriptive listing of three (3) to five (5) projects performed within the past ten (10) years (proposal closing date no earlier than 6/1/2006) that are similar in nature to the one described in this solicitation. For joint ventures, projects may be submitted for the joint venture as an entity or for an individual member of the joint venture. While the Government may consider the prior experience of managers, key personnel or other affiliates playing a significant role is contract performance, the total number of projects submitted is limited as stated above. (The offeror may submit no more than five (5) projects for the prime contractor team as a whole.) “Similar” is defined as projects comparable to this one in terms of size, scope and complexity. To be considered, a submitted project must have reached the stage of substantial completion. The offeror is required to submit sufficient information to allow the Government to assess the level of relevance of the project. The detailed description submitted for each project should include, as a minimum, the following information: (1) Description of services provided by the offeror (design/build, design only, construction only, etc.) (2) The offeror’s level of authority on the project (prime contractor, joint venture partner, major subcontractor, etc.) (3) Total dollar value of the project (awarded price and final contract price) (4) Type of contract (e.g. firm fixed price, cost reimbursable, incentive fee, award fee, time and materials, CMc, etc.). (5) Dates of contract start and completion (6) Name, title, address, phone number and email address of the customer contact and building owner who can attest to the quality of the work provided. (It is incumbent upon the offeror to ensure the information submitted is current and accurate). (4) Past Performance on Relevant Projects [5 pages max] a. This factor will measure the quality of the offeror's collective experience in performing projects similar in size, scope and complexity to the one described in the solicitation. The quality of the construction efforts associated with past projects will be evaluated. The relevance of the projects submitted will be an additional consideration under this factor. b. The Government will utilize the project information submitted under Prior Experience on Relevant Projects and other available sources to assess the quality of work performed on relevant projects. The evaluation will include: an assessment of the overall quality of past performance; record of conforming to contract requirements and to standards of good workmanship; the adherence to contract schedules, including the administrative aspects of performance; the responsiveness of management; the history of reasonable and cooperative behavior and commitment to customer satisfaction; the business-like concern for the interest of the customer and; the offeror’s overall performance on their contracts. c. In addition to the information in the offeror’s proposal itself, the Government will consider information obtained through interviews with the offeror’s customers and/or the building's owner or a representative of the owner. Past Performance Information Retrieval System (PPIRS) and additional sources might be considered as well. The Government may consider the past performance of managers, key personnel or other affiliates playing a significant role in contract performance. d. In addition to any information contained in or referred to in the offeror’s proposal, the Government may consider the past performance of the offeror or its team members on any other projects performed within the past ten (10) years of which the Government has knowledge. The Government has no obligation to ensure that an equal number of references is obtained for each offeror. e. The offeror’s safety record may be a consideration under this factor. To that end, in addition to the information requested under Prior Experience on Relevant Projects, the offeror is requested to submit the Trailing Recordable Incident Report (TRIR) for the prime contractor and/or joint venture. To ensure that you receive all information regarding this solicitation, please register to receive updates at www.fedbizopps.gov, follow the procedures for notification registration. The Points of Contact for this solicitation are Thomas Poulignot, Thomas.poulignot@gsa.gov and James Henry, james.henry@gsa.gov. ***This request for proposals is subject to the availability of funds and does not constitute any commitment by the Government.***
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/59cfdf0c80f419aae891e8eb17a2ea44)
- Place of Performance
- Address: FORMER NORTH PARCEL OF THE BELLE MEAD ARMY DEPOT, Hillsborough, New Jersey, United States
- Record
- SN04308872-W 20161022/161020234012-59cfdf0c80f419aae891e8eb17a2ea44 (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 |