COMMERCE BUSINESS DAILY ISSUE OF AUGUST 6, 2001 PSA #2908
SOLICITATIONS
C -- BASIC ORDERING AGREEMENT FOR A-E ENVIRONMENTAL SERVICES, EPA REGION VI
- Notice Date
- August 2, 2001
- Contracting Office
- DA, Tulsa District, Corps of Engineers, 1645 South 101st East Avenue, Attn: CESWT-CT, Tulsa, OK 74128-4609
- ZIP Code
- 74128-4609
- Solicitation Number
- DACW56-01-R-1010
- Point of Contact
- Randall Bratcher, Contracting Specialist, 918/669-7459
- Description
- This synopsis is a revision to the synopsis posted on July 16, 2001 (print issue date of July 19, 2001). The synopsis is hereby revised to incorporate additional information into and at the end of Paragraph 1, entitled "Contract Information," as follows: "During the term of the BOA, it may be determined to be in the best interest of the Government to acquire the types of services set forth in Paragraph 2, entitled "Project Information," in accordance with FAR Part 19 entitled "Small Business Programs." The small business size standard is $4 million (SIC 8711, NAICS 541330)." 1. CONTRACT INFORMATION: One (1) Basic Ordering Agreement (BOA) will be awarded IAW FAR Part 16.7 for Architect-Engineer services required to support the Oil Pollution Act (OPA), Superfund, and other programs as requested by EPA Region VI. This is not a request for a proposal, and there is no bid package. This procurement is unrestricted. Contractors will be selected for negotiations based on their qualifications submitted in accordance with this announcement. Contractor will be selected for a class of services to be ordered during the period of the BOA subject to the ceiling. Orders for services will not be synopsized. The BOA will be the primary vehicle for accomplishment of the services providing performance is satisfactory and reasonable prices can be negotiated. Services requested under this BOA may be on a firm fixed price or cost reimbursable (fixed fee or award fee) basis at the contracting officer's discretion. Award of this BOA is anticipated during the first quarter of federal fiscal year 2002. This BOA may continue for five (5) years, but shall not exceed $15,000,000.00. If a large business is selected for this BOA, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on the part of work that it intends to subcontract. A subcontracting plan, in accordance with FAR 19.704 and 52.219-9, is not required in this submittal. 2. PROJECT INFORMATION: Work under this BOA can include, but is not limited to any or all of the following: preliminary assessments (PA's), site investigations, remedial investigations, design relative to Solid Waste Management Units (SWMU), Areas of Concern (AOC), and removal actions engineering and design services during constructions, feasibility/corrective measures studies; perform Preliminary Assessments (PAs), Site Assessments (SIs), Focused Site Inspections (FSIs), Expanded Site Inspections (ESIs), Hazard Ranking System (HRS) packages, Integrated Assessments (IAs), Presumptive Site Assessments (PSAs) and Engineering Evaluation and Cost Analysis (EE/CAs), treatability studies; preparation of documents for submission to federal, state and local agencies; pilot scale studies; general investigation and design activities in support of CERCLA, RCRA or other regulatory compliance; geophysical surveys; groundwater and surface water modeling; technical support via environmental studies/plans regarding various environmental compliance regulations including but not limited to the Clean Air Act, Clean Water Act, National Environmental Policy Act, endangered species, land management issues, noise, asbestos, lead base paint, environmental compliance audits, environmental permitting, environmental baseline surveys, and the Munitions Rule; technical support via investigation studies, spill control plans, pollution prevention plans, and remediation data documents for various SWMUs and AOCs; technical support via environmental studies or documentation of lease or transfer of government real property, records searches; technical support via data collection, data management, GIS support, oversight of field operations to include but not limited to groundwater, soil, and endangered species; construction management support; air emissions inventories and monitoring; indoor air quality surveys, human and ecological risk assessments and other engineering studies and reports; community relations; engineering design; inspections; shop drawing review; other construction documents for a variety of hazardous waste and environmental type projects; various engineering and technical support of corrective measure implementation activities; and any additional A-E services required to support the EPA in the execution of its mission and to facilitate compliance of Region VI EPA federal, national, or regional requirements. 3. SELECTION CRITERIA: See Note 24 for general selection requirements. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a through e are primary. Criteria f-h are secondary and will only be used as additional discriminators among technically equal firms. a. Specialized Experience and Technical Competence. Specialized experience and demonstrated technical competence in: (1) successfully managing and performing broadly scoped environmental projects for the U.S. EPA with similar regulatory drivers, site/operable unit complexity, and technical challenges as those present or anticipated within Region VI mission boundaries. (2) significant and diverse experience in successful execution and completion of technically and/or logistically complex assessment/clean-up projects within the U.S. Environmental Protection Agency Region VI area that demonstrate specific or similar experience/capability to comply with requirements of the type arising from compliance with Region VI State environmental regulations; (3) successful integrated management and execution of multi-year, multi-site environmental, and multi-state EPA programs requiring significant coordination of simultaneous activities, real-time integration of customer and other regulatory agency input, and development of effective solutions to quickly arising technical/managerial challenges without a lapse of performance; (4) site characterization to determine nature and extent of contamination including design and/or performance of subsurface drilling programs, installation of groundwater monitoring well networks, sampling programs for various environmental media, performance and/or oversight of other intrusive investigation techniques such as soil gas surveys, application of surface geophysical techniques (e.g. electromagnetic surveys), design performance and analysis of in-situ aquifer hydraulic tests (e.g. slug tests and various pump tests), acquisition and analysis of other data (e.g. geotechnical, ecological, demographic) to support corrective measure decision-making; (5) development of various environmental studies/plans regarding environmental compliance regulations including but not limited to the Clean Air Act, Clean Water Act, Oil Pollution Act, National Environmental Policy Act, endangered species, land management, noise, asbestos, lead base paint, and the munitions rule; (6) selecting alternatives and developing designs/specifications for alternatives for remedial/removal actions or corrective measures and/or environmental projects of equivalent scope; (7) development of typical deliverables supporting HTRW activities such as: Investigation Work Plans, Health and Safety Plans, Quality Assurance Project Plans, Sampling and Analysis Plans, Community Relations Plans, Project Management Plans, Data Management Plans, Waste Management Plans, detailed project schedules, Closure Plans and Reports, Laboratory Service Contracts for Chemical and Physical Analyses, technical reports to support decision-making such as site characterization reports including chemical fate and transport models, Human Health and Ecological Risk Assessments, Hazard Ranking System (HRS) Packages, Focused Site Inspections (FSIs) Reports, Expanded Site Inspections (ESIs) Reports, Integrated Assessments (IAs) Reports, Presumptive Site Assessments (PSAs) Reports, RCRA Facility Assessments Preliminary Assessment/Site Inspection Reports, RCRA Facility Investigation Reports, Remedial Investigation/Feasibility Study Reports, Corrective Measure Study Reports, Corrective Measure and Remedial Designs, Groundwater Monitoring Reports, Records of Decision, Determination of No Further Action, Engineering Evaluation/Cost Analysis (EE/CA) Reports, deliverables supporting UST compliance requirements, Construction Plans, Cost Estimates, and other related deliverables; (8) support of community relations/stakeholder involvement activities (e.g. development and maintenance of administrative records, support of Restoration Advisory Boards, etc.) including development of and management of significant outreach activities, (9) technical support for litigation related to execution/implementation of environmental restoration activities, (10) oversight and management of and/or performance of chemical analytical services typically required to support remedial/corrective measure decision-making at sites with multi-media environmental contamination from various industrial sources including, but not limited to, those in the current USEPA guidance documents and documenting a level of of laboratory internal QA/QC consistent with that referenced in current USEPA guidance/requirements resulting in legally defensible data for inclusion into project deliverables, including demonstrated ability for timely identification of problems/issues in acquired data and alerting the client to the impacts of these issues as well as making recommendations for their resolution; (11) appropriate management of investigation derived waste; (12) utilization of geographic information systems and other sophisticated data management/visualization techniques, (13) producing GIS-compatible and CADD graphics in accordance with Federal Special Data Standards; (14) ability to meet database requirements for input into ERPIMS (15) producing cost estimates using the Corps of Engineers Micro-Computer Aided Cost Estimating System (MCACES Gold) (software provided) and using the Air Force Remedial Action Cost Engineering and Requirements (RACER) cost estimating system (software provided); (16) oversight of field investigations; (17) providing data on electronic media in accordance with government-furnished formats; (18) preparing reports compatible with the most recent versions of Microsoft Office software. In block 8 of SF 255, cite whether the experience is that of the prime (joint venture), consultant or an individual. Work cited that is experience of the prime (or joint venture) from an office other than that identified in block 3b shall be so labeled. b. Professional Qualifications. Qualified professional personnel in the following areas: project management, engineering disciplines such as civil, chemical, environmental, geotechnical, electrical, mechanical, and structural; scientific disciplines such as chemists, geologists, biologists, toxicologists, and environmental scientists; appropriate specialists such as regulatory analysts, certified industrial hygienists, safety professionals, risk assessment specialists, cost estimators/schedulers, and technical editors; environmental technicians capable or acquiring and handling environmental samples and data; drillers; surveyors; and CADD operators. Registration, licensure or certification as required law and regulations by States within the Region VI mission area will be necessary. Firms should demonstrate strong ability to provide comprehensive program and project management for complex work; strong ability to provide comprehensive environmental technical and compliance support; ability to provide necessary number of teams or crews for expedited, complex and unexpected field, laboratory and regulatory compliance support; ability to initiate, manage and complete multiple concurrent delivery orders; ability to meet unforeseen schedule changes. Submitting firms should demonstrate the education, training, registration, overall and relevant experience, and longevity with the firm of key management and technical personnel. This criterion is primarily concerned with the qualifications of the key personnel and not the number of personnel, which is addressed under the capacity criterion. c. Past Performance. Past Performance on DoD, DOE and other environmental contracts with respect to quality of work, compliance with delivery schedules, and cost control. Architect-Engineer Contract Administration Support System (ACASS) is the primary source of information on past performance. However, any credible, documented evaluations may be considered, but the government is not required to seek other information on the past performance of a firm if none is available from ACASS. d. Capacity. Sufficient capacity to respond quickly, mobilize qualified personnel, and produce quality results under short deadline constraints for accepted task orders. Submitting firms should demonstrate experience with similar size engagements and the available capacity of key disciplines. e. Knowledge of the Locality. Submitting firms should demonstrate knowledge of EPA's Region VI area. Examples include knowledge of geological features, climatic condictions, local construction methods that are unusual or unique, or local laws and regulations. f. Small Business and Small Disadvantaged Business Participation. Submitting firms should demonstrate the extent of participation of small business (SB) (including women-owned), small disadvantaged business (SBD), historically black colleges and universities (HBCU), and minority institutions (MI) in the proposed BOA team, measured as a percentage of the total anticipated BOA effort, regardless of whether the SB, SDB, HBCU or MI is a prime or, subcontractor, or joint venture partner. The subcontracting goals for Tulsa District are 65% small business, 10% small disadvantaged businees, 5% woman-owned small business, 1% Hub zone, and 5% veteran-owned small business. g. Geographic Proximity. Location of the firm in general geographical area of SWD Boundaries. h. Volume of DoD Contract. Awards During Previous 12 Months. Volume of DoD contract awards in the last 12 months as described in Note 24. The volume of DoD contract awards during the previous 12 months will be considered for equitable distribution of work among A-E firms. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submittal requirements. Interested firms having the capabilities to perform this work must submit one copy of SF 255 (and a SF 254 of the prime firm and all consultants) to Randall Bratcher, U.S. Army Corps of Engineers, Tulsa District, 1645 South 101st East Avenue, Tulsa, Oklahoma 74128 no later than 4:30 p.m. on 17 August 2001. The SF 255 should specifically address the requirements of this announcement. Include in your submittal, a proposed organization chart and a narrative description of how the organization will function. Responding firms are requested to clearly identify those tasks to be performed in-house and at what office, those tasks to be subcontracted and at what office. Specify the address of the office and key person that is assigned in Block 7C. Also, address your firm's approach to Contract/Project Management and Quality Control in Block 10 of the SF 255. Firms failing to respond to these requirements may not be considered. If firms/consultants listed on the SF 255 have a current SF 254 (submitted within the past 12 months) on file with the Corps of Engineers' Architect-Engineer Administrative Support System (ACASS), Portland, Oregon, they need not submit a SF 254. No other notification is required. This is not a request for proposal (RFP). Personal visits to discuss this BOA will not be scheduled. Questions should be addressed to Randall Bratcher, U.S. Army Corps of Engineers, Tulsa District, 1645 South 101st East Avenue, Tulsa, Oklahoma 74128. Solicitation/bid packages are not provided. No electronic versions of the A-E's 254 and 255 will be accepted. CITE: (W-202 SN477245)
- Record
- Loren Data Corp. 20010806/CSOL004.HTM (W-214 SN50T8C2)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on August 2, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|