Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 24, 2003 FBO #0510
MODIFICATION

C -- Modification to Presolicitation Notice for an Indefinite Delivery Contract for A-E Services for the Mobile District, U.S. Army Corps of Engineers to provide Environmental Support to Civil, Military and Federal Agencies

Notice Date
4/22/2003
 
Notice Type
Modification
 
Contracting Office
US Army Engineer District, Mobile - Military, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
DACA01-03-R-0035
 
Response Due
5/28/2003
 
Archive Date
7/27/2003
 
Point of Contact
Sonya White, (251) 690-2535
 
E-Mail Address
Email your questions to US Army Engineer District, Mobile - Military
(sonya.m.white@sam.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA CONTRACT INFORMATION: This modification replaces the Presolicitation notice posted on 11 April 2003 in its entirety and hereby serves as the official solicitation for this project. A-E services are required for an Indefinite Delivery Contract to provide environmental support to civil, military and federal agencies. It includes professional services to support civil and military environmental programs for Army, Army Reserves, National Guard, and other Department of Defense and other Federal Agencies. The contractor will be required to perform services at federal/military projects throughout the world, including the Continental United States, its territories, South and Central America and other world nations yet unidentified. This announcement is open to all businesses regardless of size. The contract will be awarded for a period not to exceed a total of three years. Rates will be negotiated for three 12-month periods. Work under this contract to be subject to satisfactory negotiation of individual task orders, with the total IDC contract value not to exceed $3,000,000 over the three-year life of the contract. The Government intends to initially award the contract for $1,000,000, with the reserved right to modify the contract amount to the full $3,000,0 00 value during the three-year life of the contract. There is a possibility that multiple contracts may be awarded on this solicitation. Selection of A-E firms is not based upon competitive bidding procedures, but rather upon the professional qualificati ons necessary for the performance of the required services. All interested Architect-Engineers are reminded that, in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged firms. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it inten ds to subcontract. The subcontracting goals for this contract are as follows: a minimum of 57.2% of the contractor's intended subcontract amount be placed with small businesses (SB), 8.9% be placed with small disadvantaged businesses (SDB), 8.1% be placed with women-owned small businesses (WOSB), 3.0% be placed with HUB Zone small business, and 3.0% be placed with Service-Disabled Veteran-Owned Small Business. If a large business firm is selected for this contract, it will be required to submit a detailed subcontracting plan during contract negotiation. If the selected firm intends to submit a plan with lesser goals, it must submit written rationale in the plan why the above goals can not be met. A firm fixed price contract will be negotiated. The North American Industry Classification System (NAICS) code for this action is 541330 (previous SIC code was 8711). PROJECT INFORMATION: A-E Services provided under this contract will include, but are not limited to all types of environmental support for the f ollowing: Special assignments by HQDA, Army Base Realignment and Closure (BRAC) and other Army Force Structure and Organizational Realignment, National Security actions; Privatization of Military utilities and Family Housing; Military Systems Acquisition and Fielding; U.S. Army Corps of Engineers Federal civil works projects, all compliance and conformance issues; development and management of land/natural cultural resources. Environmental Management Systems, study of contaminated sites; coastal, watershe d and river basin studies including Best Management Practice and Total Maximum Daily Load modeling and analysis; other water quality or water supply studies, civil works preparedness studies, project construction and operation. It will include but not be limited to preparation of any of the following: Environmental Assessments (EA), Environmental Impact Statements (EIS), Records of Decision (ROD), or portions th ereof, as defined by the National Environmental Policy Act (NEPA), associated documents, and pertinent implementing guidance and training, Integrated Natural Resource Management Plans (INMP), Integrated Cultural Resource Management Plans (ICRMP), and Clean Water Act documentation and implementing guidance. Specific services include: Scientific analyses and assessments of biological, ecological, cultural/ historic, and archaeological resources at all study and survey levels, terrestrial and underwater; enda ngered and threatened species inventories and biological assessments; habitat evaluations; invasive species/pest management; Waters of the U.S. (WoUS) determinations and mapping including evaluating dredged material and ocean disposal sites; identification of current trends, cumulative effects, and projected land uses, including potential use and reuse alternatives; identification and evaluation of potential impact mitigation measures; economic evaluations, preparation of master plans for development and ma nagement of civil and military facilities, including natural and cultural resources management planning; coordination with interested Federal, state and local agencies and organizations; preparation of public involvement plans and facilitation of public me etings; regulatory compliance; and using Geographic Information Systems (GIS) and similar technologies and web eased program management techniques. Additional services will include those activities required for the preparation of an Environmental Baseline Survey (EBS). Additional services required include support to real estate activities including leases, licenses and report of availability, preparation of Findings of Suitability to Transfer (FOST) and/or Findings of Suitability to Lease (FOSL), decision documents that incorporate all essential issues, and the preparation of BRAC Clean-up Plans (BCPS). SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A thru D are primary. Criteria E and F are secondary and will only be used as tie-breakers among technically equal firms. A. Professional Qualifications: The selected firm must have, either in-house or through consultants, the following disci plines: (1) Environmental Engineer; (2) Civil Engineer; (3) Geotechnical Engineer; (4) Chemical Engineer; (5) Biologist; (6) Archaeologist; (7) Industrial Hygienist; (8) Chemist; (9) Hydro-geologist; (10) Geologist; (11) Cost Estimator; (12) Socio-economi st (13) Ecologist (14) Oceanographer.(15) Water Resource and Land-use Planners (16) Landscape Architect (17) Architect (18) Urban Regional Planner (19) Real Property Masterplanner (20) Hydrologist (21) Historian (22) Architectural Historian, and (23) Under water Archeologist. Evaluation of each discipline will consider education, registration, and relevant experience. Resumes (Block 7 of the SF 255) must be provided for these disciplines, including consultants. In the resumes under Project Assignments, us e the same discipline nomenclature as is used in this announcement. Registration is required for the Environmental Engineer, Civil Engineer, Geotechnical Engineer, Chemical Engineer, Architect, and Hydrologist. B. Specialized Experience and Technical Co mpetence: (1) Knowledge of Current Army, U.S. Army Corps of Engineers and other military and Federal agency policies, guidance, and regulations for preparing National Environmental Policy Act (NEPA) documents; (2) Knowledge and experience with Army Base Realignment and Closure NEPA models; (3) Knowledge and experience with Endangered Species Act, Clean Air and Water Act, National Historic Preservation Act and related Executive Orders; (4) Experience with Headquarters Department of the Army, the Army Envir onmental Center, the Office of the Chief of Staff for Operations and Plans, Army Major Commands and the Army Base Closure Office (DAIM-BO), the President's Coun cil on Environmental Quality, the Army force structure, operations, and environmental requirements; (5) In Block 10 of the SF 255 describe the firm's quality management plan, including the team's organization with an organizational chart, quality assurance , and coordination of the in-house work with consultants; C. Capacity to Accomplish the Work: The capacity to accomplish at least three (3) $300,000 individual task orders simultaneously; D. Past Performance: Past performance on Department of Defense (D OD) contracts with respect to cost control, quality of work, and compliance with performance schedules; E. Small Business, Small Disadvantaged Business and Women-Owned Small Business Participation: Extent of participation of small businesses, small disad vantaged businesses, women-owned small businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort; F. Equitable Distribution of DOD contracts: Volume of DOD contract awards in the last 12 months as described in Note 24 of the Monday publication of the Commerce Business Daily. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit one (1) completed copy of their SF 255 Architect-Engineer and Related Services Questionnaire for Specific, Project for themselves and one (1) completed copy of their SF 254 for themselves and one for each of their subcontractors to: U.S. Army Corps of Engineers, Mobile District, CESAM-EN-DW, ATTN: Mr. George V. Poiroux, 109 St. Joseph Street, Mobile, AL 36602; or P.O. Box 2288, Mobile, AL 36628-0001. The 11/92 edition of the forms must be used, and may be obtained from the Government Printing Offi ce. Submittals must be received no later than 3:00 P.M. Central Time on 28 May 2003. Regulation requires that the Selection Board not consider any submittals received after this time and date. Late proposal rules in FAR 15.412 will be followed for submi ttals received after the closing date of this announcement. In Block 2b include RFP Number and in Block 3a list two (2) principal contacts of firm. Include ACASS number in Block 3b of the SF 255. To obtain ACASS number, fax the first page of your SF 254 to the ACASS Center at 503-808-4596 or call the ACASS Center at 503-808-4591. A maximum of ten (10) projects including the prime and consultants, will be reviewed in Block 8. In Block 10 of the SF 255, responding firms must indicate the number and amoun t of fees awarded on DOD (Army, Navy, and Air Force) A?E contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office only. A project specific design quality control plan must be prepar ed and approved by the Government as a condition of contract award, but is not required with this submission. Response to Block 10 is limited to 25 pages. This is not a request for proposal. Solicitation packages are not provided. The A-E Evaluation Bo ard (Selection Board) is tentatively scheduled to commence on 02 June 2003. As required by acquisition regulations, interviews for the purpose of discussing prospective contractors' qualifications for the contract will be conducted only for those firms co nsidered most highly qualified after submittal review by the selection board. Interviews will be conducted by telephone. To be eligible for contract award, a firm must be registered with the Central Contractor Registration database. For instructions on registering with the CCR, please see the CCR Web site at http://www.acq.osd.miI/ec.
 
Place of Performance
Address: US Army Engineer District, Mobile - Military P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
Zip Code: 36628-0001
Country: US
 
Record
SN00309457-W 20030424/030422213653 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

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