Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2004 FBO #0909
SOLICITATION NOTICE

C -- Indefinite Delivery Contract (IDC) for Hazardous, Toxic, And Radioactive Waste for Various Sites within the North Atlantic Division and Assigned Mission Areas

Notice Date
5/21/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-04-R-0025
 
Response Due
6/21/2004
 
Archive Date
8/20/2004
 
Point of Contact
Jeffrey May, (410)962-2290
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Baltimore
(jeffrey.b.may@nab02.usace.army.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
Eleven (11) IDC Indefinite Delivery Contracts for Architect Engineer Services are required for Hazardous, Toxic, and Radioactive Waste (HTRW) and Munitions and Explosives of concern (MEC) projects. These IDCs, procured in accordance with PL 92-582 ( Brooks A-E Act) and FAR Part 36, are required for various environmental projects executed by Baltimore District and New England District Corps mission areas. HTRW sites may be located anywhere within the boundaries of the North Atlantic Division and assig ned mission areas. Seven contracts will be managed by Baltimore District: two unrestricted competitive acquisition fixed price and cost reimbursable, maximum award amount $30,000,000; two unrestricted competitive acquisition fixed price and cost reimburs able, maximum award amount $15,000,000; one HUBZONE competitive acquisition fixed price, maximum award amount $10,000,000; and two 8(a) competitive acquisition fixed price, maximum award amount $10,000,000. ( Proposals from firms other than those certifie d by the Small Business Administration as 8(a) shall not be considered for award). Four contracts will be managed by New England District: one unrestricted competitive acquisition fixed price and cost reimbursable, maximum award amount $15,000,000; one sm all business competitive acquisition fixed price, maximum award amount $5,000,000; one HUBZONE competitive acquisition fixed price, maximum award amount $2,500,000; and one 8(a) competitive acquisition fixed price maximum award amount $2,500,000. 8(a) and HUBZONE competitive acquisitions are restricted to SBA small business standards (NAICS 541330). The selection process and award of a contract under this Federal Business Opportunities (FBO) announcement shall be subject to the prohibitions and restrictio ns of the Federal Acquisition Regulation (FAR), Subpart 9.5, 'Organizational and Consultant Conflicts of Interest.' Services will be procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36. Awards will be for Indefinite Delivery Contracts with a five year base period. There will be no minimum or maximum per delivery order. Offerors shall indicate in order of preference which of the above contracts they are qualified and interested in being considered for. No firm will be selected for more than one contract as a prime. For convenience, a table is available at www.nab.usace.army.mil for duplication and inclusion in block 10 of the SF255. Subcontracting Plan Requirements: If the Architect-Engineer selected through the unrestricted portion of the solicitation is a large business concern, the A-E shall be required to submit a subcontracting plan with the final proposal. The plan must be consistent with Section 806 (b)(2) of PL 99-661, PL 100-180, and PL 100-656. Subcontract awards to Small Di sadvantaged Businesses (SDB), Historically Black Colleges & Universities (HBCU's) and/or Minority Institutions (MI's) should be included in the plan. The following subcontracting goals are considered to be reasonable and achievable. Award of approximatel y 50 percent of the total subcontracting dollars to all small business concerns, 10 percent of the total subcontracting dollars to small disadvantaged businesses, to include historically black colleges and universities or minority institutions, 8 percent o f the total subcontracting dollars to women-owned small businesses (WOSB), 3 percent of the total subcontracting dollars to service disabled veteran-owned small business, and 3 percent of the total subcontracting dollars to HUBZone small business. The pla n is not required with this submittal. The wages and benefits of service employees (See FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act. PROJECT INFORMATION : The work includes, but is not limited to, study, investigation, design and construction phase engineering services for HTRW and MEC sites. HTRW and MEC sites may be located anywhere within the boundaries of the North Atlantic Division, and other mission areas as assigned. The sites may be: (1) currently owned or controlled by the Federal Government, either military or civilian agencies, (2) Formerly Used Def ense Sites (FUDS); (3) Formerly Utilized Sites Remedial Action Program (FUSRAP) sites, or (4) other sites where the USACE is authorized to perform HTRW studies, investigations, designs, or incidental environmental remediation services in support of remedia l actions and long-term O&M. Expertise required includes, but is not limited to: 1. RCRA/CERCLA cleanup process, 2. Design and implementation of remediation strategies, 3. Engineering services during construction of HTRW remediation projects, 4. Operat ion and maintenance of HTRW remediation systems, 5. Ordnance and explosives safety, 6. Familiarity with and experience in local, state, and Federal regulatory compliance to include negotiations with regulatory agencies (authorities), 7. Familiarity wit h DoD environmental aand ordnance cleanup requirements, 8. Environmental environmental chemistry, data collection, management and interpretation, 9. Geological, geotechnical, and geophysical investigations, 10. Groundwater investigation and modeling, 11. Toxicology, human health and ecological risk assessment, health physics and industrial hygiene, 12. Community and public involvement. SELECTION CRITERIA: See note 24 for general instructions. Additional selection criteria are as follows: 1. Specializ ed experience in HTRW and MEC projects. 2. Identification and qualifications of key personnel. Offerors must have the ability to provide qualified, registered personnel to accomplish the mission requirements specified above. 3. Management approach (to i nclude quality, safety, and cost control). Offerors are required to have analytical chemistry testing capability. Before performing analytical chemistry testing, the laboratory will be required to be validated by the Corps of Engineers 4. Management Inf ormation Systems. Offerors are qequired to be familiar with and provide products in CADD (Microstation, Autocad) format, MCACES, RACER, Specsintact and GIS. Additional selection criteria for only the unrestricted acquisitions will include: 1. Experienc e in cost reimbursable contract management. 2. Approach for supporting Europe District primarily in MEC services. 3. SB and SDB PARTICIPATION: Extent of participation of small businesses, small disadvantaged businesses, historically black colleges and uni versities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated team effort. Qualification statements must clearly indicate the location of the offices that will perform the work at defined locations. SU BMISSION REQUIREMENTS Architect-Engineer firms meeting the requirements described in this announcement are invited to submit three copies of an SF254 and SF255. The SF254s and SF255s shall be submitted within thirty days of the publication of this notice to the address provide in the Place of Performance field above. The SF254s shall be provided for the prime contractor and all subcontractors. The SF255 Submittal is limited to 100 pages. Print size shall be no smaller than 12 point. Foldouts are discour aged; if used, they will count as two pages. Be advised that the Baltimore District does not maintain SF254s at this office. In order to comply with Debt Collection Improvement Act of 1996, effective March 1, 1998, all contractors must be registered in t he Central Contractor Registration (CCR) to be considered for award of a Federal contract. In order to comply with Debt Collection Improvement Act of 1996, effective March 1, 98, all contractors must be registered in the Central Contractor Registration (CC R) to be considered for award of a Federal contract. Contact CCR Web site at http://www.acq.osd.mil/ec. Include your firm??????s ACASS number in SF-255, Block 3 b. For ACASS Information call 503-808-4591. No other general notification to firms under consideration for this project will be made prior to selection completion. Contracting Point of Contact: Ms. Jean Petty (410) 962-2587 e-mail: jean.petty@nab02.usace .army.mil POC Technical Inquiries: Mr. David Morrow (410) 962-2207 e-mail: david.morrow@usace.army.mil This is not a request for proposal. Please do not request a solicitation package for this project. This is strictly Architect Engineering, (NAICS Code 541330) submittals of SF254s and SF255s only.
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21201
Country: US
 
Record
SN00590478-W 20040523/040521212258 (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.