Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 02, 2020 SAM #6821
SPECIAL NOTICE

C -- Unrestricted Architect-Engineer (A-E) Services MATOC

Notice Date
7/31/2020 8:53:50 AM
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
W071 ENDIST KANSAS CITY KANSAS CITY MO 64106-2896 USA
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ20R3014
 
Response Due
9/1/2020 12:00:00 PM
 
Archive Date
12/20/2021
 
Point of Contact
William J. Hill, Phone: 9163893243, Michael Dolly, Phone: 8163893177
 
E-Mail Address
william.j.hill@usace.army.mil, michael.s.dolly@usace.army.mil
(william.j.hill@usace.army.mil, michael.s.dolly@usace.army.mil)
 
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 regional A-E contract acquisition will be conducted in accordance with 40 U.S.C. Chapter 11 � Selection of Architects and Engineers, 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) firms that will share $225 million in total contract capacity. However, if the Government determines during the selection process that fewer or more than five (5) contracts should be awarded, based upon the selection criteria, the Government 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 and a two (2) year option period.� 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, knowledge of locality, and capacity. These task orders may be awarded as either fixed-price or cost plus fixed fee type orders. The maximum award of any task order shall not exceed $20M. Large businesses that are selected must comply with FAR 52.219-9 Small Business Subcontracting Plan.� The plan is not required with this submittal, but will be required with the price proposal of the firms selected for negotiations. � The North American Industrial Classification System (NAICS) Code for this procurement is 541330 -- Engineering Services. 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, knowledge of locality, and capacity 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 and two (2) year option period, if exercised.� The period of performance for task orders awarded under the IDCs will be determined based upon the work requirements and will be included in the task order solicitation and negotiated award documents. Service Contract Labor Standards (41 U.S.C. Chapter 67) may be applicable to task orders issued under the resulting contracts. Service contract wage rates will be determined relative to the locality for the classification in which the service employee is working. 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. �Registration is free. �Your SAM registration must reflect the NAICS code for this particular announcement (541330). �By submission of its qualifications, the firm acknowledges the requirement to be registered in the SAM database prior to award; during performance; and through final payment of any resulting contract. �For assistance, you may access the SAM help desk at the Federal Services Desk at https://www.fsd.gov/.� Additionally, in accordance with FAR clause 52.222-37, all firms must file a VETS-4212 �Federal Contractor Veterans� Employment Report� at least annually following contract award.� Information can be found at the Department of Labor website� https://www.dol.gov/agencies/vets/programs/vets4212 or you may e-mail the customer support center at VETS4212-customersupport@dolncc.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 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. These contracts may also be used to provide A-E services for NWD projects. 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. Task orders may be issued for environmental A-E services within the jurisdiction of EPA Region 2 or NWD, including requirements for HTRW, Civil Works or Military projects. Selected firms will work on a variety of projects that may include: provision of advice (including wetlands determination and mitigation studies); preparation of remedial investigations and feasibility studies (including site investigations, subsurface exploration, chemical sampling, testing and analyses, feasibility studies, ground water and other modeling, contaminant fate and transport analysis); preparation of preliminary and final plans and designs (including HTRW remedial designs, preparation of plans and specifications); provision of technical services during the construction or installation phase (including construction-phase services (engineering design during construction, checking shop drawings)); inspection and evaluation of engineering project (including cost estimating, value engineering screenings and studies, field inspections, verification of existing conditions, pilot studies, surveying and mapping, and evaluations of green technologies and energy conservation measures); and related services (including hazard evaluations, archaeological investigations and mitigation, community relations and other engineering studies and reports). 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 with 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 evaluation will consider characteristics such as breadth and depth, and complexity of project experience. The most highly qualified firms will have extensive experience in all of the following areas: 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 design experience on 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. � Remedial Investigation work and Remedial Investigation Reports in accordance with CERCLA guidance and requirements.� The Prime/JV A-E firm should demonstrate experience with complex and diverse projects, and differing contaminants in various media for 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. Work that results in a Remedial Investigation Report that has been approved by the lead Regulatory Agency will receive additional consideration. 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. � 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, application of quality management procedures, and by documenting application of quality management to field work, work performed by subcontractors, and other engineering work products.� Only information presented in Section H of the SF330 will be the basis for evaluation for this sub-criterion.� � 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 government as the prime including WBS and cost tracking, managing earned value including cost and schedule variances, cost/budget projections, and indirect rate adjustments. Time and Material contracts are not considered cost-reimbursable contracts. 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:������������������ 1.������ 48��������������� Project Management ��������������������������� �����������������������������������������2.������ 12 or 23������� Civil/Environmental Engineering�� �������� 3.������ 27��������������� Geotechnical Engineering; ��������� 4.������ 10��������������� Chemical/Process Engineering���� �������� 5.������ 30��������������� Geology/Hydrogeology����� ������������������ 6.������ 11��������������� Chemistry���� �������������������������������������� 7.������ 50��������������� Risk Assessment���� ���������������������������� 8.������ 18��������������� Cost Engineering���� � ��������������������������� 9.������ 36��������������� Industrial Hygiene������������� ������������������ 10.���� none������������ Health Physics������� � ��������������������������� � 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. The lead personnel for each discipline should be clearly identified in section E.� Only one resume (the lead for that discipline) will be evaluated for each discipline. � (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. The board will only consider the 20 most recent and relevant performance evaluations for each firm. � (D) 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 (New York, New Jersey, Puerto Rico, US Virgin Islands) and the USACE NWD (Missouri, Kansas, Iowa, Nebraska, Colorado, South Dakota, North Dakota, Wyoming, Montana, Idaho, Washington, Oregon, Wisconsin and Minnesota). 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.� � (E) 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. � (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. � SB and SDB Participation (not applicable to small businesses). The extent of participation of Small Businesses (SB), Small Disadvantaged Businesses (SDB), and Minority Institutions (MI) will be evaluated.� The greater the participation, the greater the consideration, provided that the goals are realistic. �Only information presented in Section H of the SF330 will be the basis for evaluation for this criterion.� � 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) electronic copy with searchable Adobe PDF files of one SF 330 (08/2016 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. A maximum of ten (10) projects for the offeror 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 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.� 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. 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 thirty (30) 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 submitted no later than 2:00, local Kansas City time on September 01, 2020. Proposals may be submitted through any of the following methods: a. Via email to William.J.Hill@usace.army.mil and Michael.S.Dolly@usace.army.mil. b. Contacting Josh Hill via email at the email address above, requesting a link to an electronic file exchange. Regardless of which proposal delivery method is chosen, it is solely the offeror�s responsibility to ensure its proposal is received at the designated Government office prior to the exact time specified for receipt of offers. 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 �Register.� Select �USACE� as the Agency. Then, select �Contractor� as the Site.� Then, enter the required information to complete the registration. Upon completing the registration, 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-20-R-3014 ������������������� The Bidder Inquiry Key is:� F62CH6-7E563F The Bidder Inquiry System will be unavailable for new inquiries after 12:00 pm (noon), local Kansas City time on August 11, 2020.� 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@projnet.info.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6cc5a7c1fb924242a4655758f3de6d4a/view)
 
Place of Performance
Address: Kansas City, MO 64106, USA
Zip Code: 64106
Country: USA
 
Record
SN05741318-F 20200802/200731230144 (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  © 1994-2020, Loren Data Corp.