SOLICITATION NOTICE
C -- Indefinite Delivery Type Environmental Architect Engineering Service Contract within the Great Lakes and Ohio River Division Mission Boundaries
- Notice Date
- 11/13/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Corps of Engineers, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
- ZIP Code
- 40202-2230
- Solicitation Number
- W22W9K-3301-7258
- Response Due
- 12/23/2003
- Archive Date
- 2/21/2004
- Point of Contact
- Dana Craig, 502-315-6180
- E-Mail Address
-
Email your questions to US Army Corps of Engineers, Louisville
(dana.l.craig@lrl02.usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NA 1. CONTRACT INFORMATION: The Government intends to award one Indefinite Delivery Type contract for a 3 year base period with an option to extend the contract for an additional two years at the discretion of the Government. The contract amount will not e xceed $10,000,000 including the option period. Task Orders typically range from $100,000 to $1,000,000. Firm fixed price Task Orders will be issued; not to exceed the contract amount. Contract selection is anticipated on or about February 2004. Contrac t award will be within 1 year of selection concurrent with the issuance of the first Task Order. Some projects may require partnering with the selected firm which could require the selected A/E to attend an approximate one-day partnering meeting to define the Users expectations of the A/E, create a positive working atmosphere, encourage open communication, and identify common goals. Significant emphasis will be placed on the A/E??????s quality control procedures as the District will perform the quality ass urance only on the project. The Contracting Officer will consider the following factors in deciding which contractor will be selected to negotiate an order: performance and quality of deliverables under the current contract, current capacity to accomplish the order in the required time, uniquely specialized experience, and equitable distribution of work among the contractors. The top ranked firm will be awarded the contract. If necessary, secondary selection criteria (e-g listed below) will be used as a tiebreaker among technically equal firms. The contract awarded as a result of this announcement will be administered by the Louisville District for use on federal projects under its jurisdiction and, if requested, for other Corps of Engineers Districts w ithin the Great Lakes and Ohio River Division. This is a competitive procurement open only to small business under NAICS Code 541330. The small business standard for NAICS Code 541330 is $4,000,000. To be eligible for contract award; a firm must be regis tered in the DoD Central Contractor Registration (CCR). Register via the CCR Internet site at http://www.ccr.gov. For further questions and/or concerns please contact: CCR Assistance at (888) 277-2423 (Monday through Friday, 8 a.m. until 6 p.m.) or Elect ronic Commerce Information Center (ECIC) at (800) 334- 3414 (Monday through Friday, 8 a.m. until 6 p.m.). 2. PROJECT INFORMATION: The work to be performed under this contract will be within the Great Lakes and Ohio River Division??????s mission boundaries to support the Louisville District??????s mission. The required services will consist of the following ar eas: CERCLA; RCRA; NEPA; Environmental Compliance Assessment; Air Quality/CAA; Pollution Prevention; Hazardous Materials Management; Historic Preservation; Archaeology and other state and federal environmental regulations. Task Orders under this contract may include, but are not limited to, all aspects of CERCLA, RCRA and NEPA phases of studies and designs associated with environmental restoration. This includes Preliminary Assessments/ Site Inspections (PA/SI), Remedial Investigations/Feasibility Studies (RI/FS), Engineering Evaluation/Cost Analysis (EE/CA) and Remedial Designs under CERCLA and the comparable studies and designs under RCRA. Other studies may include Environmental Baseline Surveys (EBS), Environmental Assessments (EA), Finding of Suitabil ity to Transfer (FOST) and Finding of Suitability to Lease (FOSL). Other Task Orders may include property and claim ownership determinations (identification of past and current land owners, assessments of financial viability, research deed/lease agreement s), historic and archaeological site surveys, preparation of community relations plans, participation in public meetings, preparation of work plans, sampling and analysis plans (field sampling plan and quality assurance project plan), and health and safety plans (including ordnance and explosives avoidance plans), environmental permitting and regulatory program compliance. Task Orders may also include site characterization including field investigations, chemical sampling and laboratory analysis, development of Conceptual Site Models (CSM), development of hydro geologic models, human health and ecological risk assessments, development of cleanup goals, preparation of environmental investigation documents, remediation investigation reports, aerial photography and site mapping, design, preparation of plans a nd specifications, management plans and/or specifications for lead and asbestos contaminated materials, project remediation cost estimates, remediation project bid package preparation, project construction phase services and project follow-up maintenance m onitoring and operation optimization. In addition, a brief Design Quality Management Plan including an explanation of the firm??????s management approach, management of subcontractors (if applicable), quality control procedures, firms procedures to insure that internal resources are not over committed, and an organizational chart showing the inter-relationship of management and various team components (including subcontractors) must be included in paragraph 10 of the SF255. In Block 10 also indicate the es timated percentage of involvement of each firm on the proposed team. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. Items (a) through (d) are primary criteria and (e) through (g) are secondary and will only be used as a tie-breaker among technically equal firms. (a) Professional Qualifications of the key management and technical personnel to include appropriate education, training, registration/certification, overall and relevant experience and knowledg e with design and selection of remediation technologies is required. The evaluation will consider education, training, registration, certifications, and relevant experience and longevity with the firm. Firms will be evaluated in terms of professional quali fications and technical competence in the type or work required as exhibited by evaluation of the firm??????s staff with regard to experience and roles of staff members specifically on projects addressed in selection criteria (b). Two resumes are require d for the following personnel project assignments, at least one registered professional in each discipline: environmental engineer, geotechnical engineer, geologist, hydro geologist (PE or PG), chemist/chemical engineer and civil engineer. In addition, a resume for professionals qualified by education, training, certification and specialized experience is required in each of the following fields: project technical manager; certified industrial hygienist (CIH) accredited by the American Board of Industrial Hygiene (ABIH), hydrologist, hydraulic engineer, environmental law specialist, certified safety professionals, health physicists (for radiological projects), regulatory specialist, human health and ecological risk assessment specialist, archaeologist, wi ldlife and aquatic biologist, cost estimator. Firms must have state licensing for professionals, trade certification and licenses as required for projects located in Kentucky, Illinois, Indiana Ohio, Michigan and Tennessee. The states of registration and certification of each team member must be included in each resume in Block 7 of SF255. Block 7 may also include a matrix that displays the discipline, degree, years of experience, state(s) of registration/certification in each of the specialized experien ce categories for each person on the proposed team. (b) Specialized Experience and technical competence of the firm and proposed team (including consultants) in the expected activities identified above, to include experience in: performance of environmen tal studies and designs conducted under CERCLA and RCRA regulations as well as appropriate state regulations. Additionally, firms must have expertise in human h ealth and ecological risk assessment, cost engineering, hydrogeology, Ordnance and explosives (OE), unexploded ordnance (UXO), chemical warfare munitions (CWM), environmental statistics, NEPA regulations, hydrology, GIS and CADD. Those projects conducted u nder the following regulatory authorities will be rated more favorably: EPA Region 5, EPA Region 4, State EPA authorities for Illinois, Kentucky, Indiana, Michigan and Ohio. Other project characteristics that will be rated more favorably include: chlorina ted solvents in soil and groundwater; explosives contamination in soil and groundwater; karst hydrogeology; NIKE sites; monitored natural attenuation; land use control plan implementation, IRP sites, FUDS sites and BRAC sites, projects utilizing the Louis ville Chemistry Guide protocols for chemical laboratory analysis and data validation. (c) Capacity to perform concurrent multiple task orders and sufficient staffing and/or team to accomplish same. Resumes for at least two personnel in each of the follow ing areas must be submitted: environmental engineer, geotechnical engineer, geologist, hydro geologist (PE or PG), chemist/chemical engineer and civil engineer. (d) Past performance with respect to cost control, quality of work compliance with performance schedules on DOD and non-DOD contracts. Firms must list POC names and phone numbers for each project shown in Block 8. (e) Superior performance evaluations on recently completed DoD contracts; (f) Knowledge of the locality of the project, to include know ledge of local conditions and local codes. (g) Volume of DoD contract awards in the last twelve months listed in Block 9 of the SF 255. 4. SUBMITTAL REQUIREMENTS: Firms which are interested and meet the requirements described in this announcement are invited to submit ONE (1) completed copy of SF255 (Revision 11/92) for prime and ONE (1) copy of SF254 (Revision 11/92) for prime and each consultant to the above address not later than 3:00 pm local time on December 23,2003. Block 3b of SF255 must include the ACASS number for the prime contractor??????s primary performing office proposed for the function. Also, the business size status (la rge, small, and/or minority) should be indicated in SF 255, Block 3b. To receive information to obtain an ACASS number, call (503) 808-4591. Submittals must be addressed as follows: U.S. Army Corps of Engineers, Louisville District, CELRL-CT-P, ATTN: Dia na Lewis Room 821, 600 Dr. Martin Luther King Jr. Place, Louisville, KY 40202. Any firm with an electronic mailbox responding to this solicitation should identify such address in the SF255. Release of firm status will occur within 10 days after approval of any selection. Administrative and procedural questions shall be directed to Diana Lewis at diana.j.lewis@lrl02.usace.army.mil. FAXED SUBMITTALS WILL NOT BE ACCEPTED. Block 8 must be limited to 10 projects and a total of 20 pages (single sided or 10 pages double sided). The projects presented should not be more than 10 years old. All projects presented in Block 8 beyond the first 10 and all pages beyond 20 will be discarded and not considered. SF255 Block 10 MUST NOT EXCEED 20 PAGES (single sided o r 10 pages double sided). All pages over 20 will be discarded and not considered. Cover letters and extraneous materials (Brochures, etc.) are NOT desired and will not be considered. This is NOT a request for a proposal. Solicitation packages are not pr ovided for A/E contracts.
- Place of Performance
- Address: US Army Corps of Engineers, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
- Zip Code: 40202-2230
- Country: US
- Zip Code: 40202-2230
- Record
- SN00469158-W 20031115/031113212737 (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 |