Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2020 SAM #6743
SOLICITATION NOTICE

C -- Architect and Engineering (AE) Services to Support the USACE South Atlantic Division, Mobile District�s Environmental Quality Program for Military, Civil Works, and Federal Agencies

Notice Date
5/14/2020 8:44:18 AM
 
Notice Type
Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
US ARMY ENGINEER DISTRICT MOBILE MOBILE AL 36628-0001 USA
 
ZIP Code
36628-0001
 
Solicitation Number
W9127819R0059
 
Response Due
5/28/2020 10:00:00 AM
 
Archive Date
06/12/2020
 
Point of Contact
Cheryl Ayler, Phone: 2516943890
 
E-Mail Address
Cheryl.L.Ayler@usace.army.mil
(Cheryl.L.Ayler@usace.army.mil)
 
Small Business Set-Aside
SBP Partial Small Business Set-Aside (FAR 19.5)
 
Description
AMENDMENT 0001 CONTRACT INFORMATION: �The U.S. Army Corps of Engineers, South Atlantic Division, Mobile District requires AE Services for its Environmental Quality Program, supporting Military, Civil, and Federal Agencies. Services are to be provided under a Multiple Award Task Order a Contract (MATOC).���� This procurement will be conducted in accordance with the Architect and Engineer Selection Status (formerly referred to as the Brooks Act). The North American Industry Classification System (NAICS) code for this action is 541330.� It is open to all AE firms regardless of size. The Government intends to award approximately eleven (11) contracts including five (5) or more unrestricted awards, three (3) or more small business awards, and three (3) or more 8(a) small business awards. The total capacity of all awards will be $249,000,000; $199,000,000 Unrestricted Shared Capacity, $40,000,000 Small Business Set-Aside Shared Capacity, and $10M 8(a) Small business Set-Aside Shared Capacity for a term not to exceed five (5) years. In the event there are not three (3) 8(a) small businesses among the most highly qualified AE firms, the capacity set-aside for 8(a) small businesses will be shared among the most highly qualified small business firm(s). Additionally, in the event there are not three (3) small businesses among the most highly qualified AE firms, the capacity set-aside for small businesses will be shared among the most highly qualified unrestricted firm(s). Work under this contract will be subject to satisfactory negotiation of individual firm fixed price task orders. Rates will be negotiated for each 12-month period of the contract. All interested AE firms are cautioned to review the restrictions of FAR Part 9.5 (Organizational and Consultant Conflicts of Interest), and all large AE firms are reminded that in accordance with the provisions of PL 95-507, they will be expected to place subcontracts with small and disadvantaged businesses to the maximum extent practicable consistent with the efficient performance of the contract. A large business awardee must comply with FAR 52.219-9, regarding the requirement for a subcontracting plan for that part of the work to be subcontracted, and will be required to submit a detailed subcontracting plan during contract negotiations. � Contractor Manpower Reporting:� The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under their contract via a secure data collection site at http://www.ecmra.mil/.� Reporting inputs will be for the labor executed in each Government fiscal year (FY), which runs October 01 through September 30. While inputs may be reported at any time during the FY, all data shall be reported no later than October 31 of each calendar year. The contractor may direct questions to the help desk at: http://www.ecmra.mil/. � PROJECT INFORMATION: �AE services to support Mobile District�s Environmental Quality Program for Military, Civil, and Federal Agencies will provide services for all products and studies associated with complex environmental compliance, planning, pollution prevention, conservation/NEPA, restoration/remediation design, miscellaneous sustainment projects to include strategy development, plans, data gathering, analysis, evaluations, studies, designs and permitting action support which meets the definition of AE Services as defined in 40 U.S.C. 1101 and FAR 2.101. The selected firms must have the capability thru in-house staff or consultants to perform the required services. Mobile District�s Environmental Quality Program supports various Military, Civil, and Federal Agencies such as the U.S. Army, U.S. Air Force, U.S. Marine Corps, U.S. Navy, Defense Logistics Agency, and other Department of Defense components. Support is provided in compliance with DoD instruction, policy and guidance, as well as State, Federal and local criteria, for its diverse range customers. The environmental services will be provided at various military, Federal and other installations primarily within the Mobile District�s Area of Responsibility (AOR) and South Atlantic Division�s AOR. AE firms will provide timely and cost effective responses to support the Mobile District�s Environmental Quality Program for Military, Civil, and Federal Agencies to include but not limited to: �Resource Conservation and Recovery Act (RCRA); Clean Air Act (CAA); Safe Drinking Water Act (SDWA); Clean Water Act (CWA); Toxic Substances Control Act (TSCA); Comprehensive Environmental Response, Compensation and Liability Act (CERCLA); National Environmental Policy Act (NEPA); Energy Policy Act 2005; compliance; pollution prevention; conservation; restoration; Department of Defense Instruction; Executive Orders; policy, guidance, programmatic and operational program execution strategy; planning; permitting and technical support; environmental management systems; information technology tool refinement, customization, population and implementation; environmental training, outreach, strategy, and awareness; water compliance and reuse plans; vulnerability assessments; compliance assessments; multimedia and single media facility audits; environmental baseline surveys; DoD Services; Medical Departments and health services support; audits and assessments; planning studies and evaluations; geographic information system support; compliance monitoring, recordkeeping and reporting. Additional projects may include range and training program support, solid waste, RCRA evaluations, and management plans; DoD awards development; sustainability program initiatives and planning; ozone depleting substance (ODS) evaluations and elimination plans; energy studies and audits; facility evaluations and audits; Leadership in Energy and Environmental Design (LEED) technical support and building commissioning; programmatic support of installation restoration and munitions response compliance cleanup programs; greenhouse gas initiatives; air quality monitoring, testing and permitting; air dispersion modeling; asbestos and lead-based paint sampling and report preparation; and real estate site assessments; perform Quality Control, Quality Assurance, Technical Assistance and Technical Review of planning and environmental products.� SELECTION CRITERIA:� The source selection factors for this procurement are listed below in descending order of importance. Factors 1 through 5 6 are primary. Factor 6 7 is secondary and will only be used as a tie-breaker among technically equal firms.� Primary factors will be assigned a rating from �outstanding� to �unsatisfactory�, based on the risk to the Government that the Offeror will successfully perform that evaluated factor. An overall rating will also be applied to the proposal submission using the same rating scale. Proposals failing to respond or provide complete information for each factor as required by this solicitation will be determined non-compliant and will be removed from further consideration. After all ratings have been assigned, Offerors will be ranked as �Most Highly Qualified�, �Highly Qualified�, and �Not Qualified� in accordance with EP 715-1-7 Architect-Engineer Contracting In USACE. For purposes of this solicitation, a stand-alone contract or single task order is considered one project. Separating activities performed under a contract or task order will not be considered multiple projects; conversely, combining activities performed under separate contracts or task orders to produce a single project will not be considered. A single task under an Indefinite Delivery Contract is considered a project, not an Indefinite Delivery Contract itself. Projects in which the AE Service is not 100% complete will not be evaluated. Factor 1.� Professional Qualifications (SF330, Part I, Section E) Part A � Resumes of Key Personnel (Section E, Blocks 12 � 18):� Offerors must have, either in-house or through consultants or subcontractors, the disciplines listed below. To demonstrate qualifications, resumes for persons filling these disciplines are to be provided in Section E.� Each resume shall not exceed one page in length. All Professional Registrations, Licensures and/or Certifications must state certification numbers and expiration dates (as applicable). Specialist disciplines shall have a degree in engineering, geology, or science from an accredited university and training in the area of specialization. In Block 13, the role listed must use the exact same discipline nomenclature as listed below.� If an individual will serve in more than one role, then all disciplines shall be clearly indicated in Block 13. The SF330 may be modified in order to meet the Submission Requirements (font size); however, the content of Section E is not to be altered (removal or deletion of required Blocks) and all items within Section E shall be answered completely. Additionally, all Key Personnel must be shown on the organizational chart in Section D. The following disciplines are required: (1) Project / Task Order Manager (2) Environmental Engineer - Professional Engineer, provide licensure/certification number and date (3) Environmental Scientist (4) Chemist (5) Geologist - Professional Geologist, provide licensure/certification number and date (6) Biologist (7) Certified Industrial Hygienist (Certified/Registered) (8) Chemical Engineer - Professional Engineer, provide licensure/certification number and date (9) Certified Energy Manager (Certified/Registered) (10) Civil Engineer-Professional Engineer, provide licensure/certification number and date (11) Air Quality Specialist (12) Clean Water Act Specialist (13) RCRA Specialist (14) GIS Specialist � Part B � Relevant Projects (Section E, Block 19):� All Key Personnel are required to have a minimum of five (5) years of project experience in their discipline demonstrated by projects with scope, magnitude, and complexity comparable to this solicitation. The definition of a project is as noted in �Project Information� and �Selection Criteria� above. Relevant projects are those that reflect experience performing the respective discipline. Relevant Project information should be brief and highlight specific roles and tasks performed by the Key Personnel, Project Type, Scope, and Costs. No more than five projects should be listed for each resume, and each project listed must have been completed within five (5) years of publication of this solicitation announcement. (Note:� The projects provided for this factor may also be used to address Factor 2.) The evaluation of Factor 1 will take into consideration the education and current registration, licensure or certification(s), as applicable, of each person named for each discipline and that person�s longevity with the firm named in Block 15.� It will also take into consideration the person�s relevant project experience provided in Block 19. More weight will be given to experience with complex environmental compliance projects that are of scope, magnitude, and complexity similar to that described above in the paragraph titled Project Information. This factor may be assessed Strengths or Weaknesses, as appropriate. Only the Key Personnel disciplines requested in this solicitation will be evaluated. The basis of evaluation for Factor 1 will be information submitted in Part I, Sections E and G. � Factor 2.� Specialized Experience and Technical Competence (SF330, Part I, Section F) � For Factor 2, Offeror�s are to demonstrate specialized experience and technical competence for all products and studies associated with complex environmental compliance projects to include strategy development, plans, data gathering, analysis, evaluations, studies, designs and permitting action support which meets the definition of AE Services as defined in 40 U.S.C. 1101 and FAR 2.101. This factor considers specialized experience and technical competence to support Mobile District�s Environmental Quality Program, specific to performing services similar to those described above in the paragraph titled Project Information. In Section F Offerors are to submit up to ten (10) projects that best illustrate the proposed team�s qualifications for award of a contract.� (Note: The projects provided for Factor 1 may also be used to address this factor, however, not by reference only.) The definition of a project is as noted in �Project Information� and �Selection Criteria� above. For each project use only one page and note the contract or task order number, as applicable. The SF330 may be modified in order to meet the Submission Requirements (font size); however, the content of Section F is not to be altered (removal or deletion of required Blocks) and all items within Section F shall be answered completely. Six (6) of the projects submitted shall specifically address the following areas of emphasis and shall be presented in the order listed below: Project 1 - Clean Air Act Compliance Project 2 - Clean Water Act Compliance Project 3 - Pollution Prevention Project 4 - GIS/Data Management Project 5 - Hazardous Waste/Hazardous Materials Management Project 6 - Sustainability/ or Asset Management All projects must have been completed within five (5) years of publication of this solicitation announcement (see Block 22).� At least six (6) of the projects presented must show that the Offeror (the firm submitting the SF330 as the prime contractor), whether as a prime contractor or subcontractor, performed the majority (>50%) of the work on the project. �To demonstrate such performance, Offerors are to state the percentage of work they performed.� If a proposed subcontractor also worked on the project, state the percentage of work it performed.� If an Offeror submits more than six (6) projects, those projects must reflect performance of work by the Offeror, or one or more of its proposed subcontractors.� For each such project state the percentage of work performed by the Offeror, and/or the percentage of work performed by each proposed subcontractor. Clearly identify the Project Number (as indicated above), Type and the Offeror�s role on the project. In Block 24, �cost� is the total value of the project, not simply the value of the work performed by the Offeror and/or any proposed subcontractor. The Government reserves the right to review any official performance evaluation system of records to inform its source selection decision. When completing Section G, in Block 26, along with the name of key personnel, include the firm with whom the person is or was associated at the time the project was performed.� Those firms submitting as Joint Ventures (JV) must follow the same procedures as any other Offeror with the following exception. If the JV (the Offeror) cannot provide at least six (6) projects that demonstrate performance by the JV of 50% or more of a project, as either a prime contractor or subcontractor, the JV may provide projects performed by any partner of the offering JV that reflect performance of 50% or more of a project, as either a prime contractor or subcontractor.� Of the projects submitted as prescribed above, relevant projects are those that reflect the specialized experience and technical competence of the Offeror and/or proposed subcontractor(s), as prime contractors or subcontractors, performing services similar to those described above in the paragraph titled Project Information. More weight will be given to experience with complex environmental compliance projects that are of scope, magnitude, and complexity similar to that described above in the paragraph titled Project Information.� This factor may be assessed Strengths or Weaknesses, as appropriate. The basis of evaluation for Factor 2 will be information submitted in Part I, Sections F and G. Factor 3.� Work Management (SF330, Part I, Section H) In Part I, Section H, the Offeror must provide a proposed work management plan demonstrating its team�s breadth of knowledge and experience with complex environmental compliance project support for Military, Civil, and Federal Agencies. The narrative should describe the corporate approach, driving criteria or potential constraints, and examples of successful performance. The narrative should specifically discuss knowledge of, and experience with, work management planning to include quality management, subcontractor management, prior experience of the prime firm and any significant consultant, version control management, proactive internal and external communication protocols, and independent submittal review processes in the context of providing services under multiple task orders. This factor may be assessed Strengths or Weaknesses, as appropriate. Factor 4.� Past Performance (SF330, Part I, Section H) � Offerors shall demonstrate in narrative (or other format) a history of customer satisfaction with the Offeror's quality of work, cost control and scheduling. Past Performance history is not to be limited to information presented in Factor 2. Past performance can be substantiated by presentation of CPARS or PPQ ratings, or customer ratings from other project evaluation systems. Customer excerpts or quotes from prior evaluations for the purposes of substantiating the narrative are not desired. The narrative should describe the corporate approach for maintaining success with customer satisfaction with the Offeror's quality of work, cost control and scheduling. This factor may be assessed Strengths or Weaknesses, as appropriate, with more weight given to successful performance ratings in these three areas on Department of Defense contracts. � � Factor 5.� Capacity to Accomplish the Work (SF330, Part I, Section H) All Unrestricted Offerors are to clearly demonstrate the capacity to accomplish at least four (4) $500,000 task orders simultaneously. All Small Business Offerors are to clearly demonstrate the capacity to accomplish at least two (2) $500,000 task orders simultaneously. This factor may be assessed Strengths or Weaknesses, as appropriate. Factor 6.� Knowledge of Locality (SF330, Part I, Section H) Offerors are to clearly demonstrate their knowledge of the locality of the Mobile District�s AOR. The narrative should describe the any known features that are unusual of unique to Mobile District�s AOR specifically in support of the Environmental Quality Program. More consideration will be given to a knowledge of a variety of stakeholders within the AOR and HQ stakeholders. This factor may be assessed Strengths or Weaknesses, as appropriate. � Factor 7.� SB and SDB Participation (SF330, Part I, Section H) Offerors shall provide the extent of participation of small businesses, small disadvantaged businesses, historically black colleges and universities, and minority institutions. The participation is to be measures as a percentage of the total anticipated contract effort, regardless of whether the small businesses, small disadvantaged businesses, historically black colleges and universities, or minority institutions are the prime contractor, subcontractor, or joint venture partner; the greater the participation, the greater the consideration. This factor is not to be confused with a formal subcontracting plan. This factor is a secondary criteria and will only be evaluated as a tie-breaker among technically equal firms.� Interviews. �As required by acquisition regulations, interviews for the purpose of discussing prospective contractor qualifications will be conducted by the AE Evaluation Board (Selection Board). Interviews will be held with those offerors deemed by the Board to be qualified for award.� Interviews will be conducted by telephone and will most likely occur the same week that the Selection Board convenes. Phone calls and personal visits for the purpose of discussing this solicitation are not allowed.� SUBMISSION REQUIREMENTS:� Interested AE firms or joint ventures (JVs) with the capabilities to perform this work are invited to submit one (1) complete PDF of their SF330 (Architect-Engineer Qualifications) proposal through DoD SAFE at https://safe.apps.mil/. Offerors requiring a �Request a Drop-Off� through DoD SAFE must submit their requests no earlier than 10 calendar days and no later than 5 calendar days prior to the proposal submission date below. All DoD SAFE exchanges shall be sent to Ms. Cheryl Ayler at Cheryl.L.Ayler@usace.army.mil and Ms. Courtney Perry at Courtney.L.Perry@usace.army.mil. The current edition of the SF330 must be used, and may be obtained from the Government Printing Office or from the following web site: http://www.gsa.gov/portal/forms/download/116486.� PDFs shall be compatible with Adobe Acrobat XI or an earlier version.� Proposals submitted in a format other than as described above will not be accepted.� All Offerors responding to this solicitation MUST identify on the front cover of the SF330 their company name, solicitation number, and category for which they are submitting. Proposals not identifying which category they are submitting on the front cover will be considered UNRESTRICTED for evaluation purposes. Separate proposal responses MUST be submitted for each category in which an Offeror wants consideration. All Offerors, to include JVs, submitting proposals shall obtain a DUNS number.� Include the DUNS number in Part I, Section B, Block 5 next to the name of the firm.� Additionally, all Offerors, to include JVs, must be registered in the System for Award Management (SAM).� For instructions on registering with the SAM, go to https://www.sam.gov/portal/public/SAM/.� JVs are to include a fully executed JV Agreement with their proposal at Part II.� JVs submitting as 8(a) are to include a JV Agreement that has been reviewed by their respective SBA District. All fonts shall be at least 12 or larger in Arial (not Arial Narrow) to include text, tables and figures.� Pages shall be 8-1/2 inches by 11 inches.� The Organizational Chart required in Part I, Section D and the Matrix required by Part I, Section G may be presented on a sheet up to 11 inches by 17 inches, each counting as one page respectively. Do not use multi-column formatting.� The SF330 is to be organized as indicated below. Part I of the SF330 shall not exceed 60 pages, front side only, including tabs, separators and blank sheets, and shall be organized as follows: Tab A � SF330, Part I, Sections A, B, C and D. Tab B � SF330, Part I, Section E. Tab C � SF330, Part I, Section F. Tab D � SF330, Part I, Section G. Tab E � SF330, Part I, Sections H and I. Part II of the SF330 shall not exceed 30 pages, front side only, including tabs, separators and blank sheets. A Part II is required for each branch office of the Offeror and any subcontractor that will perform a key role under the contract. Part II shall be organized as follows: Tab F � SF330, Part II Tab G � Joint Venture Agreement (as applicable) (This document does not count against the page limitation for Part II.)� OFFERS MUST BE RECEIVED AT THE ADDRESS INDICATED ABOVE NO LATER THAN NOON CENTRAL TIME ON 28 MAY 2020.� The Agency will not accept any offers received after this time and date. The Selection Board is tentatively scheduled to commence on or about 08 June 2020.� ALL QUESTIONS SHALL BE SUBMITTED VIA THE BIDDER INQUIRY PORTAL IN PROJNET at http://www.projnet.org/projnet. No other means of communication (e-mail, fax, or telephone) will be accepted.� Questions should be submitted no later than 13 May 2020, NOON Central Time to allow time for a response. On this date and time the portal will be closed.� To submit and review inquiries, firms will need to be current registered users of the ProjNet system.� To register, go to the link above, click the BID tab, select BIDDER INQUIRY, select USACE, enter the Bidder Inquiry Key for this solicitation as listed below, and your e-mail address, and then click login.� Complete all required information and then click CREATE USER.� Verify that information on the next screen is correct and click CONTINUE.� From this page you can view all bidder inquiries for this solicitation or add an inquiry.� Offerors or Bidders will receive an acknowledgement of their question via e-mail, followed by a response to their question after it has been processed by our team.� The Solicitation Number is:� W9127819R0059.� The Bidder Inquiry Key is: 3B7YPE-BPI38K. Firms are requested to review the Bidder Inquiry Portal for previous questions and responses, prior to submission of a new inquiry on the Portal.� CAUTION:� Any inquiry submitted and answered within this system will be accessible to view by ALL FIRMS interested in this solicitation. The call center for the ProjNet operates weekdays from 8 AM to 5 PM U.S. Central Time Zone. The telephone number is 1-800-428-HELP.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/cb05e5c4b75d4ccfa79dacf52f3697da/view)
 
Place of Performance
Address: Mobile, AL 36602, USA
Zip Code: 36602
Country: USA
 
Record
SN05657379-F 20200516/200514230153 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.