Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 23, 2021 SAM #6995
SOLICITATION NOTICE

C -- Niagara Falls Storage Site Engineering Design and Construction Oversight Services

Notice Date
1/21/2021 7:48:05 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Buffalo Buffalo NY 14207-3199
 
ZIP Code
14207-3199
 
Solicitation Number
W912P420R0007
 
Response Due
2/2/2021 7:00:00 AM
 
Archive Date
02/17/2021
 
Point of Contact
Tyrone B. Palaganas, Phone: 7168794126, Jeffrey G. Ernest, Phone: 7168794173
 
E-Mail Address
tyrone.b.palaganas@usace.army.mil, jeffrey.g.ernest@usace.army.mil
(tyrone.b.palaganas@usace.army.mil, jeffrey.g.ernest@usace.army.mil)
 
Description
REVISED SYNOPSIS FOR:�ENGINEERING DESIGN AND CONSTRUCTION OVERSIGHT SERVICES FOR REMEDIATION OF THE NIAGARA FALLS STORAGE SITE, LEWISTON, NY� Contracting Office Address: US Army Corps of Engineers, Buffalo District, 1776 Niagara St, ATTN: Tyrone Palaganas, Buffalo, NY 14207 ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM 330 (SF330), ARCHITECT-ENGINEER (A-E) QUALIFICATIONS IS CONTAINED HEREIN. THERE IS NO SEPARATE REQUEST FOR PROPOSALS (RFP) PACKAGE TO DOWNLOAD. CONTRACT INFORMATION: �This contract is being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. A-E services are required for planning, design, and construction and remediation management for the site cleanup for the subject project. North American Industrial Classification System code is 541330, which has a size standard of $16,500,000 in average annual receipts. This announcement is open to all businesses regardless of size.� This procurement will result in one Indefinite Delivery/Indefinite Quantity (IDIQ) A-E contract. The IDIQ contract will be for a five-year base period with a five-year option for a total of ten (10) years. The total value for the contract term shall not exceed $35,000,000. The guaranteed minimum for the contract term is $5,000. Firm-fixed price task orders will be negotiated for this contract. The Government anticipates a five-year design period to be followed by five-years of construction management and design during construction. Firms can estimate $3,000,000 to $5,000,000 in workload each year with possible surges in funding to support important design deliverables. Estimated start date is July 2021. All firms responding to this synopsis shall be registered in the System for Award Management (SAM) by the response due date. Register via the SAM Internet site at https://sam.gov/SAM/. �Firms that are not registered in SAM by the due date will not be evaluated. � PROJECT DESCRIPTION:� As part of Formerly Utilized Sites Remedial Action Program (FUSRAP), the Niagara Falls Storage Site (NFSS) remediation project is subject to the provisions of the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), as amended, and the National Oil and Hazardous Substances Pollution Contingency Plan. �CERCLA-related documents prepared by U.S. Army Corps of Engineers (USACE) for the NFSS remediation project can be found at https://www.lrb.usace.army.mil/Missions/HTRW/FUSRAP/Niagara-Falls-Storage-Site/. The NFSS remediation project addresses radiological and chemical contamination identified in three operable units (OUs): the Interim Waste Containment Structure (IWCS) OU, a 10-acre engineered landfill containing highly radioactive residues and other waste; the Balance of Plant OU comprising all of the contaminated material at NFSS not in the IWCS and excluding groundwater (e.g., soil, road bedding, former building foundations); and the Groundwater OU consisting of contaminated groundwater. The IWCS OU Record of Decision was signed in March 2019. �The Balance of Plant and Groundwater OUs Record of Decision is expected to be signed in 2022.� The IWCS OU Record of Decision mandates the removal, partial treatment, and off-site disposal of the entire contents of the IWCS. The IWCS contains approximately 278,000 cubic yards (yd3) of radioactive (11e.(2) materials ) and chemically-contaminated material. This includes approximately 6,000 yd3 of highly radioactive material (e.g., K-65 residues containing nearly 2,000 Curies and an average radium-226 concentration of 520,000 picoCuries per gram) that will require special handling during removal and solidification/stabilization prior to transport and off-site disposal. The disposition of soil beneath the IWCS will not be known until the material in the IWCS is removed, allowing access and assessment of subsurface conditions. The estimated cost to remediate the IWCS is $490.6 million. �Additional details are provided in USACE�s 2015 IWCS OU Feasibility Study (https://www.lrb.usace.army.mil/Missions/HTRW/FUSRAP/Niagara-Falls-Storage-Site/) All the remedial alternatives being considered for the Balance of Plant OU require excavation and off-site disposal of approximately 3,000 yd3 of contaminated soil. Remedial alternatives for the Groundwater OU to treat approximately 3,400 yd3 of contaminated soil and 3,300 gallons of groundwater contaminated with chlorinated volatile organic compounds are limited to: excavation, dewatering, and off-site disposal; in-situ thermal treatment; or excavation, dewatering, and ex-situ thermal treatment. Approximately 2,200 yd3 of concrete building foundations will be excavated and/or decontaminated through scarification. The estimated cost to remediate the Balance of Plant and Groundwater OUs is between $22.9 and $35.7 million. �For additional details, please refer to the Balance of Plant and Groundwater OUs Feasibility Study found at https://www.lrb.usace.army.mil/Missions/HTRW/FUSRAP/Niagara-Falls-Storage-Site/. The project requires extensive engineering and design support to construct and operate the infrastructure necessary to safely remove the wastes within the IWCS. Some of the more complex and critical design components of this project are the radon control structure, remote removal of the K-65 residues, wastewater treatment plant, and waste processing plant. Additional details are provided in USACE�s 2015 IWCS OU Feasibility Study (https://www.lrb.usace.army.mil/Missions/HTRW/FUSRAP/Niagara-Falls-Storage-Site/). �This project requires specialized staff, procedures, equipment and infrastructure (not required at other FUSRAP sites) to successfully remediate the site while ensuring the safety of the workforce and surrounding community. Due to the complexity and likely variable annual funding of this project, USACE anticipates a phased or incremental approach to site work. Prior to initiating design activities, the A-E will propose the work breakdown structure and sequence, and along with USACE, participate in a design charrette to refine the overall scope, sequence, schedule, and quality objectives for the project. Based on the results, the A-E will prepare a construction and remediation schedule (to optimize the project schedule and anticipated annual funding expenditures), as well as an Earned Value Management Plan. The A-E will lead a value engineering study in accordance with USACE�s Engineer Regulation 11-1-321: Value Engineering. The A-E will develop designs and specifications, performance work statements, technical analyses/studies, and/or scopes of work for this remedial effort, as well as construction cost estimates, and USACE will issue the requests for proposal when funding is available. USACE will secure the contracts for all components of the NFSS remedial effort; however, the A-E will complete submittal reviews related to these contracts, as required, and respond to Contractor requests for information. �The A-E will assist the USACE in construction management tasks including, but not limited to, answering contractor requests for information, submittal review, construction oversight, and cost and schedule control through Earned Value Management. SUBMISSION REQUIREMENTS: A-E firms desiring to be considered for this contract must submit a completed SF330 Part I and Part II in accordance with the submission instructions contained in this section. The SF330 shall be typed, one-sided, 12-point Times New Roman. Part I shall not exceed 100 single-sided 8.5 by 11 inch pages [the page limit does not include SF330 Part II, Individual Subcontracting Reports (ISR), certificates, Joint Venture documentation, Past Performance Questionnaires (PPQ) or licenses, nor does the page limit include cover sheets, provided that these do not contain any substantive information submitted in response to the Synopsis or intended to demonstrate the qualifications of the firm]. Part I pages shall be numbered sequentially. The organizational chart may be one page, single-sided, 11 by 17 foldout, using 11-point font or larger (font limitations do not apply to graphics, captions or tables). �Please note that an 11 by 17 foldout counts as two pages. Please include your DUNS, CAGE, and TIN numbers in Block 30 of the SF330.� Submit SF330, A-E Qualifications, in searchable PDF format suitable for reading using Adobe Acrobat in a Windows 10 operating system. PDF files combined and compressed using compression utility software such as WinZip or PKZip are acceptable. Submit the SF330 (08/2016 edition) for the Prime A-E firm, which includes all team consultants. �Include the firm's DUNS number and CAGE codes in the SF330, Part I, Sections B and C. Interested firms shall provide electronic submissions of the SF330 to: Tyrone Palaganas � Contracting Officer, using Department of Defense (DoD) SAFE (Secure Access File Exchange). DoD SAFE is a service to make it easy for you to exchange unclassified files up to 8.0 GB that can't be sent through email. Interested firms that intend to submit a SF330 package shall contact Tyrone Palaganas at tyrone.b.palaganas@usace.army.mil to receive the link to drop of your response. �This will need to be completed within five (5) days of the proposal due date, but no later than one day prior to the proposal due date. �You will receive an email with the link to submit your drop-off. �The request shall provide a point of contact with email to receive the DoD SAFE credentials for package submission.� Mailed and hand-carried packages will not be accepted.� Responses are due no later than 18 January 2021 at 2:00 pm (EST).� Late responses will be handled in accordance with FAR 52.215-1. THIS IS NOT A REQUEST FOR PROPOSAL. Offerors are advised that the Government will not consider pages submitted beyond the page limits. Additionally, the Government will not consider information submitted outside of the section required for a particular criterion. For example, the Government will consider only the information in the SF330, Part I, Section F for information on Criterion 1, Specialized Experience, and will not cross-reference or consider information in other sections that may be intended to apply or supplement Criterion 1. In accordance with the FAR 36.601-4(b), the A-E firm must be a registered/licensed architectural and/or engineering firm to be eligible for award. The A-E firm must provide proof that the firm is permitted by law to practice the professions of architecture or engineering, (e.g., state registration number, or a brief explanation of the firm�s licensing in jurisdictions that do not register firms, etc.). Failure to submit the required proof could result in a firm�s elimination from consideration.� IN ADDITION TO COMPLYING WITH ALL REQUIREMENTS IN THIS SYNOPSIS, FIRMS WHO ARE OFFERING AS A JOINT VENTURE SHALL INCLUDE WITH THEIR SUBMISSION THE FOLLOWING:� Joint ventures must submit the following additional documentation regarding their business entities:� 1.�� �A copy of the duly executed joint venture agreement signed by individuals who are authorized to bind each company 2.�� �A detailed statement outlining the following in terms of percentages, where appropriate.� a.�� �The relationship of the joint venture parties in terms of business ownership, capital contribution, and profit distribution or loss sharing.� b.�� �The management approach of the joint venture in terms of who will conduct, direct, supervise and control the project, have custody and control of the assets of the joint venture, and perform the duties necessary to complete the work.� c.�� �The structure of the joint venture and decision-making responsibilities of the joint venture parties in terms of who will control the manner and method of performance of the work.� d.�� �Identification of key personnel having authority to legally bind the joint venture to subcontract and state who will provide or contract labor and materials for the joint venture.� e.�� �Identification of party maintaining the joint venture bank accounts for the payment of all expenses and the deposits of all receipts, keep the books and records, and pay applicable taxes for the joint venture.� f.�� �Identification of party having overall control of the joint venture.� Other sections of the proposal must identify, where appropriate, whether key personnel are employees of the individual joint venture parties and identify the party or hired as employees of the joint venture. � FAILURE TO INCLUDE THE JOINT VENTURE AGREEMENT AND A DETAILED STATEMENT OUTLINING 2a � 2f ABOVE COULD RESULT IN THE ELIMINATION OF THE FIRM FROM FURTHER EVALUATION.� SELECTION CRITERIA: Standard Form 330s will be evaluated to determine the most highly qualified firm based on responses to selection criteria. Failure to provide requested data or to comply with the instructions in this Synopsis could result in a firm being considered less qualified or eliminated from consideration. The Selection of Architects and Engineers Statute and FAR Part 36.6 selection procedures apply. The A-E firm must demonstrate the team�s qualifications with respect to the published evaluation criteria. Failure to provide complete submission information defined in the evaluation criteria below may affect a firm�s qualification ratings. Evaluation Criteria (1) through (3) are considered most important and are equal among themselves; Criteria (4) and (5) are of slightly less importance and are equal among themselves; Criteria (6) and (7) are of the least importance and will be used only as a tie-breaker among technically equal firms.� Specific evaluation criteria include:� 1.�� �Specialized Experience and Technical Competence 2.�� �Professional Qualifications� 3.�� �Past Performance� 4.�� �Capacity� 5.�� �Knowledge of the Locality� 6.�� �SB and SDB Participation� 7.�� �Volume of Work Criterion 1- Specialized Experience and Technical Competence (SF330, Part I, Section F): Firms will be evaluated based on the demonstration of specialized experience in the type of work expected to be required or evidence of similar relevant experience in the following areas:� 1.�� �Engineering design and construction oversight (including shop drawing review, record drawing preparation, and construction inspection services) of large-scale remediation projects that� a.�� �Involved removal, stabilization, packaging, transportation, and disposal of materials containing significant levels of radioactivity, especially radium-226 (e.g., K-65 residues) b.�� �Required use of a radon control structure (or equivalent structure to control contaminated emissions), remotely controlled radioactive waste handling equipment, radioactive waste stabilization and packaging facility, support infrastructure (e.g., sewer, potable water, dewatering line, power, communications), as well as environmental monitoring systems and on-site laboratory c.�� �Involved working in a high dose rate environment that also required application of ALARA d.�� �Required strategic planning to optimize available funds and minimize overall project costs and schedule 2.�� �Remedial design that led to the successful closeout of FUSRAP, Superfund, U.S. Department of Energy, and/or U.S. Nuclear Regulatory Commission property/facility using Multi-Agency Radiation Survey and Site Investigation Manual (MARSSIM) 3.�� �Preparation of bid packages comprised of drawings and specifications, scopes of work, and/or performance work statements, and associated cost estimates, especially for remediation of sites with radiological and chemical contamination (also, demonstrated proficiency with Specsintact and MCASES)� 4.�� �Experience with CERCLA, FUSRAP, MARSSIM, and state codes, laws and permitting procedures 5.�� �Remediation of soil and groundwater chlorinated solvent plumes 6.�� �Development, implementation, and maintenance of web-based project environmental data management systems 7.�� �Experience with Department of Transportation regulations regarding the packaging and transportation of radioactive and chemical wastes, as well as experience with requirements for disposal of radioactive and chemical wastes� 8.�� �Experience with earned value management and participation in value engineering studies and planning and design charrettes Submission Requirements: The Offeror shall provide a minimum of four (4) up to a maximum of ten (10) projects that best demonstrate specialized experience of the proposed team in the areas outlined above. To be considered, projects must be at least 75% complete with the completion or anticipated completion date clearly stated. If the firm was the Designer of Record on a design-build or design-bid-build, the design portion of the project must be clearly stated as Anticipated Design Completion Date or Design Completion Date to qualify as demonstrating design experience. The offeror must clearly state, as applicable, the (Anticipated) Project Completion Date or, if design-build or design-bid-build, the (Anticipated) Design Completion Date, or the project will not be considered. If more than the maximum number of projects are submitted, the Government will only evaluate projects up to the maximum number authorized in the order submitted.� � All projects provided in the SF330 must be completed by the actual office/branch/regional office/individual team member proposed to manage and perform work under this contract. Projects not meeting this requirement will be excluded from consideration in the evaluation. To enable verification, firms should include the DUNS number along with each firm name in the SF330 Part 1, Section F, block 25, �Firm Name�. Include a contract number or project identification number in block 21. Include an e-mail address and phone number for the point of contact in block 23(c). In block 24, include in the project description the contract period of performance, award contract value, current contract value, and a summary of the work performed that clearly demonstrates relevance to specialized experience as outlined above. For projects performed as a subcontractor or a joint venture involving different partners, specifically indicate the value of the work performed as a subcontractor or by those firms proposed for this contract, and identify the specific roles and responsibilities performed as a subcontractor or by those firms on the project rather than the work performed on the project as a whole to demonstrate the relevance to the specialized experience as outlined above. If the project description does not clearly delineate the work performed by the entity/entities offering/teaming on this contract, the project could be eliminated from consideration.� NOTE: If the firm is a joint venture, projects performed by the joint venture should be submitted; however, if there are no projects performed by the joint venture, projects may be submitted for either joint venture partner, not to exceed a total of ten (10) projects. Greater consideration will be given to a joint venture that provides experience as a joint venture or, at least to a joint venture that provides experience for each member of the joint venture. Joint ventures that do not provide experience for all members of the joint venture team may be rated lower.� NOTE: If a project was performed by a joint venture, and all joint venture partners are not on the team proposed for this contract, the offeror/team should specifically address the work performed by the joint venture partner offering/teaming on this contract. Likewise, if the offeror/team member worked as a subcontractor on a project, the description should clearly describe the work actually performed by the offeror/team member and the roles and responsibilities of each on the project, rather than the work performed on the project as a whole. If the project description does not clearly delineate the work performed by the entity/entities offering/teaming on this contract, the project will be eliminated from consideration.� Projects shall be submitted on the SF330 at Part I, Section F and shall be completed projects or at least 75% completed as detailed above. Projects not completed as required will be excluded from evaluation consideration. For submittal purposes, a task order on an IDIQ contract is considered a project, as is a stand-alone contract award. Do not submit an IDIQ contract as an example project. Instead, list relevant task orders or stand-alone contract awards that fit within the definition above. The Government will not evaluate information provided for an IDIQ contract. Examples of project work submitted that do not conform to this requirement will not be evaluated.� All information for Criterion 1 should be submitted in the SF330, Part I, Section F. The Government WILL NOT consider information submitted in addition to or outside of Part 1, Section F, in evaluation of Criterion 1. Criterion 2- Professional Qualifications (SF330, Part I, Sections D, E & G): Firms will be evaluated on professional qualifications, competence, organizational structure and experience of the proposed key personnel in providing services to accomplish the tasks required under this contract, including participation in example projects as outlined in Criterion 1. Key personnel are individuals who will have major contract or project management responsibilities and/or will provide unusual or unique expertise. Specific disciplines that must be included in key personnel are Project Manager, Architect, Lead/Project Engineer, Cost Estimator, Health Physicist, Industrial Hygienist, Chemist, and Geologist. All listed discipline leads must be licensed, certified, and/or registered. Including key personnel that participated in projects listed as fulfilling requirements outlined in Criterion 1 may result in a more favorable consideration for that firm. Submission Requirements: SF330, Part I, Section E. Provide resumes for all proposed key personnel that illustrate experience in the work proposed under this contract. Firms may provide resumes for key personnel in addition to the eight (8) identified above but are not required to. �Resumes are limited to one (1) page each and must indicate professional registration, certification, licensure and/or accreditation in appropriate disciplines; cite recent project-specific experience, as well as roles and responsibilities, in work relevant to the services required under this contract; and, indicate proposed role in this contract.� Provide an organizational chart for the team and discuss the management plan for this contract and personnel roles in the organization. Describe the ability of the firm to manage, coordinate and work effectively with team members, both internal staff and consultants. Discuss the history of working relationships with team members, including joint venture partners where applicable. Criterion 3 - Past Performance (SF330, Part I, Section H): Firms will be evaluated on past performance with Government agencies and private industry in terms of:� ��� �Management; ��� �Quality Control;� ��� �Compliance with schedules;� ��� �Cost control; and,� ��� �Stakeholder/customer satisfaction.� Evaluating past performance and experience will include information provided in Past Performance Questionnaires (PPQs) or Contractor Performance Assessment Reporting System (CPARS) for Criterion 1 projects that demonstrate recent relevant specialized experience in areas as detailed in Criterion 1 and may include customer inquiries, Government databases, and other information available to the Government including contacts with points of contact in other criteria. NOTE: Past performance information for recent and relevant projects submitted under Criterion 1 may be given greater weight. Submission Requirements: SUBMIT A COMPLETED CPARS EVALUATION FOR EACH PROJECT UNDER CRITERION 1. IF A COMPLETED CPARS EVALUATION IS NOT AVAILABLE, the PPQ [Attachment (A)] included in this notice is provided for the firm or its team members to submit to the client for each project included under Criterion 1, Specialized Experience and Technical Competence. DO NOT SUBMIT A PPQ WHEN A COMPLETED CPARS IS AVAILABLE. IF A CPARS EVALUATION IS NOT AVAILABLE, ensure correct phone numbers and email addresses are provided for the client point of contact. Completed PPQs should be submitted with the SF330. If the firm is unable to obtain a completed PPQ from a client for a project(s) before the response date set forth in this notice, firms should complete and submit with their responses the first page of the PPQ [Attachment (A)], which will provide contract and client information for the respective project(s). Firms may submit a PPQ previously submitted under a different Notice/RFP (legible copies are acceptable) if it is on the same form as posted with this Synopsis. Firms should follow-up with clients/references to ensure timely submittal of questionnaires. If requested by the client, questionnaires may be submitted directly to the Government's point of contact, U.S. Army Corps of Engineers � Buffalo District, Code CECT-LRB, Attn: Tyrone Palaganas via email at tyrone.b.palaganas@usace.army.mil, prior to the response date. Firms shall not incorporate by reference into their response PPQs or CPARS previously submitted in response to other A-E services procurements. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation.� Firms are highly encouraged to provide any information on problems encountered and the corrective actions taken on projects submitted under Criterion 1, Specialized Experience and Technical Competence. Firms are also highly encouraged to address any adverse past performance issues. Information shall not exceed two double-sided pages (or four single-sided pages) in total. CPARS/PPQs do not count against this page count. Awards, letters of commendation, certificates of appreciation, etc. shall not be submitted and will not be considered in the evaluation. Criterion 4 - Capacity (SF330, Part I, Section H): Capacity to perform approximately $3,000,000 to $5,000,000 in work of the required type in a one-year period. The evaluation will consider the availability of an adequate number of personnel in key disciplines. Submission Requirements: Describe the firm�s ability to manage an estimated $3,000,000 to $5,000,000 of A-E work yearly. Also describe the firm�s ability to handle surges in work requirements based on increased funding. �� Criterion 5 - Knowledge of the Locality (SF330, Part I, Section H): Firms will be evaluated on the firm�s knowledge of the project location.� Submission Requirements:� a)�� �Describe the firm�s knowledge of the project site and any federal, state and local rules and regulations governing the safe removal of hazardous materials.� b)�� �Provide the location of the office(s) that will be performing the work, including main offices, branch offices, and offices of team members. Evaluation of firms will include consideration of their proximity to the project site.� Criterion 6 (Secondary) � Small Business and Small Disadvantaged Business Participation (SF330, Part I, Section H): The intended extent of participation of small business to include Woman-Owned, HUBZone, Small Disadvantaged and Service-Disabled Veteran Owned Businesses and Historically Black Colleges and Universities and Minority Institutions (HBCU/MI) as a percentage of the total IDIQ capacity will be evaluated for complexity of work identified and percentage of intended inclusion. Submission Requirements: Firms need to indicate the estimated percentage involvement of each small business on the team. A formal subcontracting plan is only required from the firm selected for negotiations. Criterion 7 (Secondary) - Volume of Work (SF330, Part I, Section H): Volume of DoD A-E contract awards in the last twelve (12) months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including Small Business and Small Disadvantaged Business. Submission Requirements: Submit all DoD A-E contract awards in the last twelve (12) months to include contract number, value and duration.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/227fe444d2a0408b9e779ac00406dd37/view)
 
Place of Performance
Address: Youngstown, NY 14174, USA
Zip Code: 14174
Country: USA
 
Record
SN05896608-F 20210123/210121230103 (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.