Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 7, 2001 PSA #2909
SOLICITATIONS

C -- ENVIRONMENTAL ARCHITECT-ENGINEERING (A-E) SERVICES

Notice Date
August 3, 2001
Contracting Office
National Nuclear Security Administration Nevada Operations Office, P.O. Box 98518, Las Vegas, NV 89193-8518
ZIP Code
89193-8518
Solicitation Number
DE-RP08-01NV13994
Response Due
September 18, 2001
Point of Contact
Billy Thomas, (702) 295-0578 or Darby Dieterich, (702) 295-1560
E-Mail Address
Click here to contact Billy Thomas via email. (thomasb@nv.doe.gov)
Description
All proposals are required to be submitted through DOE's Industry Interactive Procurement System (IIPS) in accordance with the following instructions and the IIPS User Guide which can be obtained by going to the IIPS Secured Services site at http://doe-iips.pr.doe.gov/ and downloading the file named IIPShelp.rtf. Applicants must register in IIPS in order to submit an application as directed. Questions regarding the operation of IIPS shall be directed to the number 1-800-683-0751. Registration on the IIPS is a pre-requisite to participate in this solicitation. Only registered users will have the capability to transmit their technical proposals in a responsive manner. Once prospective offerors are registered, only NNSA evaluators will have access to proposal information. A signature on IIPS is the typed name of the applicant. All proposals must have an IIPS transmission time stamp of not later than September 18, 2001, at 3:00 p.m. Pacific Daylight Time. Prospective offerors are responsible for checking the IIPS website at regular intervals for updates since any additional changes or amendments will only be posted on the website. No other notification will be made. If this solicitation is amended, all terms and conditions that are not amended remain unchanged. Offerors shall acknowledge receipt of any amendment to this solicitation by the date and time specified in the amendment(s). Any proposal, modification, or revision received at the IIPS website designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is the only proposal received. All questions regarding this request for technical proposals or the site tour must be submitted in writing via fax to (702) 295-0578, via email thomasb@nv.doe.gov, typed, or hand scribed during the tour or follow-up session. There will be no responses to verbalized questions. Environmental engineering services are required at designated corrective action sites or corrective action units in the state of Nevada, at the Nevada Test Site (NTS), portions of the Tonopah Test Range, portions of the Nellis Range, and other off-site locations in Nevada where underground nuclear testing or related activities have occurred under the cognizance of the National Nuclear Security Administration Nevada Operations Office (NNSA/NV). Assessment/characterization services will be provided in accordance with the Federal Facility Agreement and Consent Order (FFACO) between the NNSA/NV, the state of Nevada, and the Department of Defense, Defense Threat Reduction Agency. In addition, environmental engineering services are required for off-site locations in the states of Alaska, Colorado, Mississippi, and New Mexico where underground nuclear testing or related activities occurred. The environmental services to be provided must be in compliance with the Federal Facility Agreement and Consent Order (FFACO), the Resource Conservation and Recovery Act (RCRA), the Comprehensive Environmental Response, Compensation and Liability Act (CERCLA), the National Environmental Policy Act (NEPA), the Occupational Safety and Health Act, appropriate state laws and regulations, and applicable DOE Orders and regulations. A performance-based incentive/award fee contract is contemplated with incentive measures to be negotiated between NNSA/NV and the selected contractor on an annual basis. This will be a five-year contract with options. The value of this effort is anticipated to be approximately $150M to $200M over a five-year period. The services required shall include: (a) programmatic planning, documentation and management of environmental management activities; (b) technical schedule and cost, baseline development, and reporting; (c) regulatory and policy review; (d) completion of assessment/characterization studies and streamlined approach for environmental restoration (SAFER) activities; (e) database management; (f) field services and laboratory analyses; (g) subsurface remedial actions at off-site locations; and (h) long-term monitoring. Two taskings in the current contract statement of work (SOW), which are public involvement activities and surface remediation, have been designated as set-asides for small business. A solicitation for the public involvement activities will be released by this office in the near future. Any solicitation(s) for surface remediation will be issued upon identification and definition of specific remediation actions. As a part of this requirement, the contractor will be required to maintain an office in the Las Vegas metropolitan area including, at a minimum, a program manager, project manager, data base manager, clerical support staff, and other personnel necessary to implement the SOW. This procurement will be conducted in accordance with the Brooks Act and architect-engineer (A-E) procedures in FAR Part 36. The following A-E selection criteria and subcriteria will be used in the evaluation of technical proposals: 1. Technical approach and competence of the firm, including first tier subcontractor and consultants, in performing the tasks required by the SOW. 2. Past and current performance on existing contracts and those over the last three (3) years demonstrating recent specialized experience of the firm in performing comparable SOW for Government agencies and private industry including: a. Health and safety record; b. Compliance with performance baselines/project control; and c. Federal and state regulatory compliance record. 3. Professional qualification and specialized experience of the team members, including first tier subcontractors and consultants, in performing the types of services anticipated under this contract. a. Experience of personnel (Consider both experience in speciality and experience in managing large efforts. Personnel submitted for program and project management slots should have extensive experience in managing large, multi-site projects for a variety of environmental tasks); b. Education and professional certification/registration of personnel (Consider both specialty and educational level); and c. Training of personnel (Specific specialty training related to area of expertise). 30. Capacity of the firm to handle anticipated volume and types of work, as well as project acceleration, in order to utilize personnel effectively and to meet critical schedules. Team composition of managers, scientists, engineers, technicians, and administrative staff to perform all tasks outlined in the SOW. Involvement of corporate management support in the performance of the SOW. Indicate the firm's present workload, in Section 10 of the SF 255. a. Team Composition; and b. Corporate Support. 5.Subcontracting Plan with opportunities for Small, Disadvantaged, Women-Owned, Hub Zone, 8(a) and Veteran-Owned Small Business Concerns. Of the five criteria, Criteria 1 is of greater weight than all other Criteria. Criteria 2, 3, and 4 are of significantly lesser weight than Criteria (1), but equal to each other in importance. Criteria (5) is of slightly lesser weight than Criteria 2, 3, and 4. Within Criteria 2, subcriteria 2a is somewhat greater than subcriteria 2b, but significantly greater that subcriteria 2c. Within Criteria 3, subcriteria 3a is somewhat greater than subcriteria 3b, but significantly greater than subcriteria 3c. Within Criteria 4, subcriteria 4a is significantly greater than subcriteria 4b. Firms proposing as prime contractors and teaming with subcontractors will be evaluated on the basis of the qualifications of the team as a whole. Firms should identify any explicit assignment of responsibilities among corporate team members. Firms are also cautioned that an Organizational Conflict of Interest Clause applies to this effort. In accordance with Department policy, the award of related environmental engineering services and construction efforts to the same firm is prohibited. Therefore, any contractor or affiliate who provides initial technical and design support shall be prevented from also performing any resultant remediation action. Under this effort, the A-E contractor would be required to subcontract for the subsurface remediation construction and to perform the construction management for the subsurface remediation activities. A copy of the SOW is attached to this announcement and will also be available via the Internet at the following address: www.nv.doe.gov/Places/Procurement/Solicit.htm. Small business teaming arrangements, partnerships, and joint ventures, etc., are encouraged to participate as well as all other business and organizational configurations. Architect-Engineer firms which meet the requirements described in this announcement are invited to submit a complete, updated Standard Form 254, Architect-Engineer and Related Services Questionnaire, and a Standard Form 255, Architect-Engineer Related Services for Specific Project. The same information must also be submitted for first tier subcontractors and consultants. Proposals must be submitted via the IIPS. Oral requests will not be honored and facsimile responses will not be accepted. A site tour of the NTS will be conducted on August 20, 2001, to provide additional information as to the nature of the work. A follow-up question and answer session will be scheduled the following day, August 21, 2001, to answer questions submitted prior to the tour and those that arise during the tour. Prospective offerors who plan to attend the site tour and/or follow-up session are limited to three people per organization. Prospective offerors attending the tour should meet in the NNSA/NV Nevada Support Facility lobby at 232 Energy Way, North Las Vegas at 7:00 A.M. PDT on August 20, 2001. Prospective offerors attending the follow-up session should meet in the NNSA/NV Nevada Support Facility lobby, at 232 Energy Way, North Las Vegas, at 8:00 A.M. PDT on August 21, 2001. Prospective offerors who plan to attend the site tour and/or follow-up session must submit the following information to Billy Thomas via facsimile transmission at (702) 295-5305 or email thomasb@nv.doe.gov by 4:30 P.M. PDT on August 13, 2001. For each individual attending: name (first name, middle initial and last name), social security number, date of birth, place of birth, citizenship, company name and address, job title, business telephone number, home address, home telephone number, and email address must be submitted. Only U.S. citizens may obtain access to the NTS. Please also stipulate if you plan to attend the site tour, the follow-up session, or both. No weapons, binoculars, recorders, or cameras may be taken on the NTS tour or the follow-up session. Appropriate clothing for touring an industrial facility should be worn. A written record of the questions and answers resulting from the tour will not be provided to prospective offerors on an individual basis. The information will, however, be available within a few days of the follow-up session as a formal amendment issued via the IIPS.
Web Link
DOE Industry Interactive Procurement System and The (http://doe-iips.pr.doe.gov/iips/iipshome.nsf and http://www.nv.doe.gov/business/procurement/Default.htm)
Record
Loren Data Corp. 20010807/CSOL009.HTM (W-215 SN50T9Z0)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on August 3, 2001 by Loren Data Corp. -- info@ld.com