SOLICITATION NOTICE
C -- Indefinite Delivery Architect-Engineer Services Contract In Support Of Hazardous, Toxic, And Radioactive Waste (HTRW) Program
- Notice Date
- 9/9/2005
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
- ZIP Code
- 64106-2896
- Solicitation Number
- W912DQ-05-R-0029
- Response Due
- 10/12/2005
- Archive Date
- 12/11/2005
- Small Business Set-Aside
- N/A
- Description
- PLEASE CONTACT Ms. Shelley Thomas, Contract Specialist, at Shelley.Thomas@nwk02.usace.army.mil if you have any questions regarding this announcement. (1) CONTRACT INFORMATION: These contract(s) are being procured in accordance with Public Law 92-58 2, (Brooks Act) as implemented in FAR Subpart 36.6. Firm(s) will be selected for negotiation based on demonstrated competence and qualifications for the required work. These Architect-Engineer (A-E) contracts are required to support the Hazardous, Toxic, and Radioactive Waste (HTRW) Program for the Kansas City District, U.S. Army Corps of Engineers. Up to five (5) Indefinite Delivery Contracts will be negotiated and awarded, each with a contract period of one year, with two (2) one-year option periods. The Joint Total Acquisition Value (JTAV) for these contracts is $60,000,000.00. Individual task orders under the contracts will be of the firm-fixed price, firm-fixed price plus award fee, cost plus award fee or cost plus incentive fee type. The focus of the proposed A-E services contracts is to support the Environmental Protection Agency (EPA) Region II and other customers of Districts within the Northwestern Division of the U.S. Army Corps of Engineers. Task orders will be issued as the need arises dur ing the contract period. It is anticipated that the first contract will be awarded not earlier than November 2005. One or more months may elapse between subsequent contract awards. The method used to allocate Task Orders among the Contracts will include consideration of experience within the defined geographical boundaries of the EPA Region II and the Northwestern Division, user needs, capacity to accomplish the Task Order in the required time frame, and past performance. This announcement is open to al l businesses, regardless of size. The North American Industrial Classification System Code (NAICS) is 541330, which has a size standard of $4,000,000 in average annual receipts. If a large business is selected for this contract, it must comply with FAR 5 2.219-9, regarding the requirement for a subcontracting plan for the work to be subcontracted. The subcontracting goals for the Kansas City District are as follows: a minimum of 50.9% of the contractor's intended subcontract amount placed with Small Busi nesses (SB), which includes 8.8% placed with Small Disadvantaged Businesses (SDB), 7.2% placed with Women Owned Small Business (WOSB), 2.9% placed with Hub Zone Small Businesses, and 0.5% placed with Service Disabled Veteran-Owned Small Businesses (SDVOSB) . The subcontracting plan 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 A ct of 1965, and will be determined per task order basis and dependant upon the requested services and location. (2) PROJECT INFORMATION: The type of work to be accomplished could include HTRW site investigations, subsurface exploration, chemical sampling, testing and analyses, hazard evaluations, feasibility and other engineering studies and reports, wetlands determination and mitigation studies, groundwater modeling, fate and transport analysis, HTRW designs including wastewater treatment plant facilities and landfills, surface and groundwater remediation, potable water-planning, design and operation/maintenance, preparation of plans and specifications, cost estimating, field inspections, verification of existing conditions, surveying and mapping, communit y relations, and HTRW Construction Phase Services that include, but are not limited to, engineering design during construction, checking shop drawings and reviewing value engineering proposals, including radiological and mixed wastes. Ancillary services f or architecture, landscaping, historical preservation and archaeological investigations may also be needed as a subset to HTRW mitigation. (3) SELECTION CRITER IA: (A) Primary selection criteria are listed in descending order of importance: (1) Specialized experience and technical competence: [FAR 36.602-1(a)(2)]. Responding firms should demonstrate experience during the past five (5) years. The board will ev aluate the specialized experience on projects and the technical capabilities of the prime firm and any subcontractors. The effectiveness of the proposed project team (including management structure, coordination of disciplines, offices and/or subcontracto rs; and prior working relationships) will also be examined. State whether the experience is that of the prime (or joint venture), consultant or an individual. Work cited that is experience of prime (or joint venture) from an office other than that identi fied shall be so labeled. Specialized experience to be evaluated for this project is as follows (all specialized experience factors are listed in descending order of importance): (a) investigation, planning, design, and construction phase services for a variety of hazardous, toxic, and radioactive waste cleanup projects. Experience must demonstrate wide-ranging capabilities for diverse projects with differing contaminants in various media. EPA Region II Superfund projects will have the greatest weight; (b) adherence to regulations and practices pertaining to hazardous waste sampling, handling, transportation and disposal. Knowledge of local and state environmental regulations and experience dealing with local and State regulatory entities within the EPA Region II geographical jurisdiction have the greatest weight; (c) oversight of RI, FS, RD, RA, and LTRA performed by other parties, in conformance to their respective consent decrees or administrative orders negotiated with EPA; (d) demonstrated quality m anagement procedures. Include a proposed organizational chart and a narrative description of how the quality management procedures will function to include internal quality control and who is responsible. (2) Professional Qualifications [FAR 36.602-1(a)( 1)]. The board will evaluate, as appropriate, the education, training, registration, overall and relevant experience, longevity with the firm, and experience working together of key management and technical personnel. This criterion is primarily concerne d with the qualifications of the key personnel and not the number of personnel, which is addressed under the capacity criterion. Responding firms should demonstrate the professional qualifications in these primary disciplines, which are listed in descendi ng order of importance. List professional registrations for the disciplines: (a) Environmental engineering; (b) Chemical process engineering; (c) Chemistry; (d) Risk Assessment; (e) Hydrogeology; (f) Civil Engineering; (g) Geotechnical engineering; (h) In dustrial hygiene; (i) Health physics; (j) Cost engineering; (k) Geology; (l) Archaeology; (m) Mechanical engineering; (n) Electrical engineering; (o) Architecture/Landscape Planning. (3) Past Performance [FAR 36.602-1(a)(4)]. ACASS is the primary source of information on past performance. ACASS will be queried for all firms submitting a proposal. When deemed appropriate by the evaluation board, performance evaluations for any significant subcontractors who have previously been prime A-E contractors may also be considered. The board may seek information on past performance from other sources, but is not required to seek other information on the past performance of a firm if none is available from ACASS. The board will consider the relevancy of each perf ormance evaluation to the proposed contract, including the type of work, performing office, age of the evaluation, and whether subsequent evaluations indicate a change in a firm's performance. A firm that has earned excellent evaluations on recent DoD A-E contracts for similar projects will be ranked relatively high on past performance. (4) Capacity [FAR 36.602-1(a)(3)]. The board will consider a firm's availa ble capacity of key disciplines to perform work in the required time. The board will also consider the prime firm and its consultants in the offices proposed to perform the work in relationship to the firms' current workloads. Greatest weight is on proje ct resources located in or near EPA Region II. (5) Knowledge Of The Locality [FAR 36.602-1(a)(5)]. The board will evaluate a firm's familiarity with local conditions. Examples include knowledge of, and experience dealing with, the state and local regula tory agencies, geological features, climatic conditions or local construction methods that are unusual or unique. Work under these contracts may be in a widely dispersed geographic area, therefore, responding firms should demonstrate the extent of their c apabilities to serve projects located in both EPA Region II and the USACE Northwestern Division. Greatest weight is on ability to serve projects located in EPA Region II. (B) Secondary Selection Criteria. The following secondary criteria will not be app lied by a pre-selection board, if one is needed, and will only be used by a selection board as a tie-breaker, if necessary, in ranking the most highly qualified firms. The secondary criteria will not be co-mingled with the primary criteria in any type of scoring or evaluation system. The secondary selection criteria are listed in descending order of importance: (1) SB and SDB Participation [DFARS 236.602-1(a)(6)(C)]. The extent of participation of SB, SDB, historically black colleges and universities (HB CU), and minority institutions (MI) will be measured as a percentage of the total anticipated contract effort, regardless of whether the SB, SDB, HBCU, or MI is a prime contractor, subcontractor, or joint venture partner; the great the participation, the g reater the consideration. Large businesses will be expected to place subcontracts to the maximum practical extent with Small and Small Disadvantaged firms in accordance with Public Law 95-507. For informational purposes, the small business size is define d by the limits of NAICS Code 541330. (2) Volume of DoD Contract Awards [DFARS 236.602-1(a)(6)(A)]. The overall most highly qualified firms will not be rejected solely in the interest of equitable distribution of contracts. Responding firms should cite a ll contract numbers, award dates and total negotiated fees for any DoD contract awarded within the past twelve (12) months. Please indicate all Task Orders and Modifications awarded your firm by DoD agencies within the last twelve (12) months under an ind efinite delivery type contract. Indicate date of Task Orders and fee for each. (4). SUBMITTAL REQUIREMENTS: Interested firms having the capabilities to perform this work must submit five (5) copies of their SF330 to the address listed no later than clo se of business [4:00 P.M. (CST)] on 12 October 2005. Copies of the SF 330, Part II, for the prime firm and all consultants shall be included in the SF330. Include the firm's ACASS number in SF330, Section H, and describe the firm's overall Quality Manage ment Plan. Section H is limited to twenty (20) pages with double-sided sheets counting as two pages. For all SF 330 sections, use no smaller than 10 pt. Font. A contract-specific Quality Control Plan will be prepared and submitted by the A-E after Contr act award, but is not required with this submission. Solicitation packages are not provided. This is not a request for proposal. Submit responses to: U.S. Army Engineer District-Kansas City, ATTN: CENWK-CT-H/Thomas, 757 Federal Building, 601 East 12th Street, Kansas City, MO 64106-2896. No faxed submittals shall be accepted, and any submittals received after this date will not be considered. To be eligible for contract award, a firm must be registered in the DoD Central Contractors Registration (CCR) database. Register via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-877-DLA-DALL or 1-877- 352-2255. There is a new Federal Integrated Acquisition Environment (IAE) initiative called Online Representations and Certifications Application (ORCA). ORCA is a web-based system that centralizes and standardizes the collection, storage, and viewing of many of the representations and certifications required by the Federal Acquisition Regulations and previously found in solicitations. According to the language in FAR case 2002-024, vendors are required to use ORCA beginning 01 January 2005. Detailed in formation can be found in FAR Case, as well as by visiting the Help section of the ORCA website at http://orca.bpn.gov . The help section includes ORCA background information, frequently asked questions (FAQ), the ORCA Handbook, and whom to call for assis tance. For questions of a technical nature, please contact Ed Bristow at Edward.A.Bristow@usace.army.mil.
- Place of Performance
- Address: US Army Engineer District, Kansas City ATTN: CENWK-CT-H, 60l East 12th Street, Room 757 Kansas City MO
- Zip Code: 64106-2896
- Country: US
- Zip Code: 64106-2896
- Record
- SN00891625-W 20050911/050909212622 (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 |