Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2006 FBO #1712
SOLICITATION NOTICE

C -- Mine Reclamation services for R6 Forests

Notice Date
8/2/2006
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Agriculture, Forest Service, R-6 Northwest Oregon Contracting Area (NOCA), 16400 Champion Way, Sandy, OR, 97055
 
ZIP Code
97055
 
Solicitation Number
R6-27-06-113
 
Response Due
10/20/2006
 
Archive Date
12/31/2006
 
Description
REGIONAL A/E INDEFINITE QUANTITY CONTRACT FOR MINE RECLAMATION SERVICES FOR VARIOUS NATIONAL FORESTS IN OREGON AND WASHINGTON General Information Document Type: Synopsis/ SF 330 request Solicitation Number: R6-27-06-113 Posted Date: 8/4/2006 Response Date: 10/20/2006 Archive Date: December 31, 2006 Classification Code: C -- Architect and engineering services Set Aside: none Full and Open Competition Naics Code: 541330 -- Engineering Services Contracting Office Address USDA Forest Service Northwest Oregon Contracting Area 16400 Champion Way Sandy, OR 97055 Description DESCRIPTION: There is no solicitation to download. Architect/Engineer (A/E) services are required for a firm fixed-price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Mine Reclamation Services. The work for this contract shall occur at abandoned mine sites throughout Oregon and Washington. I. INTRODUCTION Abandoned mine sites are not typical HAZMAT environments. Mine sites are located in remote areas often without radio or cell phone coverage and in extremely steep terrain. Project accomplishment is complicated by the access to mine sites, which is generally difficult since most sites are remote and at high elevations. Wildfires can be very dangerous to crews at these sites since there is usually only one way out and communication is limited. Snow conditions often hide mine features such as vertical shafts and make the area slippery and dangerous. At many sites, the contractor must enter underground workings to determine flow characteristics of acid mine drainage. Health and safety of the contractor?s employees and government oversight is paramount to successful completion of the project. Qualified contractors must have experience with mining processes involving the extraction of metals from ore bodies and understand the relationship of mine waste and contamination. The on-the-ground activities at abandoned mine sites, include all the following phases: Removal Site Evaluation Removal Action Post-Removal Monitoring Abandoned mine removal actions are generally addressed through the National Contingency Plan, 40 CFR 300. II. GENERAL CONTRACT DISCRIPTION Contractor(s) shall comply with all applicable Federal, State, interstate, and local laws, environmental regulations, and requirements. All work submitted and performed by the contractor may be subject to review and approval of EPA and/or the appropriate state regulatory agency. The contractor is required to maintain and submit evidence of liability, property damage and other insurance at or above minimum limits established by law, and in accordance with industry standards, for the types of work being conducted. The following specifications outline what is general to all projects in each of the activity areas. It is not the intent of the government to give detailed instructions but a general overview as to what is required as every project site varies and regulations and/or requirements vary between Oregon and Washington. A master contract with specifications and clauses common to all task orders will be provided to contractors selected by the evaluation board for award. Detailed instructions shall be provided when the individual site specific task orders are issued. When a new mine site is considered for evaluation purposes a Evaluation Board shall consider the A/E firms on this IDIQ contract. The members of this board shall be appointed from among highly qualified professional employees? famialiar with the mine clean-up process. This board will prepare a selection report for the Contracting Officer or other designated selection authority recommending, in order of preference, the firms that are considered to be the most highly qualified to perform the required services. Once the board has selected a A/E firm no additional competition shall be required to move to the next task within the evaluated mine site, however the government reserves the right to reevaluate the other A/E firms when the government feels it is in it?s best interest to do so. Factors that may influence reconsideration may include, past performance, workload balancing, or price. All tasks in Activity I and Activity III shall be considered included in the Board?s selection report. III Activities and Tasks A. Activity I ? Site Assessment/Characterization 1. Task 1 ? Abbreviated Preliminary Assessment (APA) 2. Task 2 ? Site Inspections (SI) 3. Task 3 ? Watershed Analysis 4. Task 4 ? Natural Resource Damage Assessment (NRDA) 5. Task 5 ? Streamlined Human Health and Ecological Risk Assessment and Evaluation B. Activity II ? Enforcement Support 1. Task 1 ? Potentially Responsible Party (PRP) Search i. Requirements  Only highly skilled firms specializing in this type of activity will be considered for this work.  The Contractor shall keep the FS informed of its findings throughout the course of the PRP investigation as the FS may specify additional depth and direction of the research as information becomes available.  The FS will give direction as to which PRP will require additional in-depth research.  The Contractor can expect OGC to review and comment on draft documents.  The Contractor can expect to have direct communication with OGC as required. ii. Work under this task include, but are not limited to:  Agency Record Collection and File Review  Conduct Interviews  Perform Title Search  Conduct Financial Research  PRP Status/PRP History  PRP Name and Address Updates  History of Operations at the Site  Compile Waste-In Information  Records Compilation C. Activity III ? Removal Action/Implementation Support Task 1 ? Community Relations Plan (CRP) This task includes work efforts related to the preparation and/or implementation of the CRP for a site. When attending public meetings, open houses, community interviews, all contractor employees must identify themselves as employees of a FS contractor. Task 2 ? Engineering Evaluation/Cost Analysis (EE/CA) Task 3 ? Removal Design/Removal Action (RD/RA) The removal design provided under this activity is the contractor?s best estimate and is expected to be revised as actual field conditions dictate. Actual field conditions may require frequent adjustments to the removal design and will require the contractor to exercise professional judgment during field implementation of the removal. A detailed design with drawings and specifications is not feasible or practical for abandoned mine sites. The On-Scene Coordinator (OSC) will base removal of the contamination on field design parameters that change frequently and require immediate action. Removal actions must be timely and responsive to the conditions uncovered at the site. Sub-Task 1 ? Conduct Project Planning, Management, and Coordination with the FS A short narrative will be provided describing the work completed and any changes in conditions, data gaps encountered and proposed means of correcting that may affect the Contract schedule or costs. Sub-Task 2 ? Removal Design Sub-Task 3 ? Removal Action Note: It is understood that the exact cost for the removal activities are not fully developed at this time. However, the contractor should make an engineer?s estimate as to the removal cost for this proposal. It is conceivable the actual removal costs may vary from the initial estimate. It should also be pointed out the selection of the preferred contractor for this work will be based on the experience of the personnel assigned to this project as to design and removal experience and thoroughness in the preparation of the proposal as to addressing the specific tasks of this contract and past experience in developing removal action costs at this stage. The maximum contract value may not exceed $5,000,000 aggregate total. The minimum guarantee for the contract shall be $5,000. The value of the individual task orders executed under this contract may range from $5,000 to $1,500,000. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. Contract term is for three years, or until the maximum dollar limit is reached, whichever occurs first. Estimated start date for this contract is January 2007. Federal Acquisition Regulations (FAR) Part 36.6 (Brooks Act) selection procedures apply. This procurement is full and open competition no set-aside. The NAICS Code for this procurement is 541330 and the annual small business size standard is $4.5 Million. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered. Contractors are not guaranteed work in excess of the minimum guarantee. SELECTION CRITERIA AND SUBMITTAL REQUIREMENTS: (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (3) Capacity to accomplish the work in the required time; (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (5) Location in the general geographical area of the project and knowledge of the locality of the project; SF 330s will be evaluated to determine the most highly qualified firm based on criteria responses. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. All projects provided in the SF 330 (Architect-Engineer Qualifications) must be completed by the office/branch/individual team member actually performing the work under this contract. Projects not performed by the office/branch/individual team member will be excluded from evaluation consideration. SUBMISSION REQUIREMENTS: The SF 330 Part I is limited to 30, 8.5x11 pages. Minimum font size is 10. Submit the following: a) One (1) original and two (2) copies of SF 330 for the prime offeror (which also includes a completed Part II for the firm and key subconsultants) addressing following selection criteria information; and b) one compact disk copy, in Adobe Acrobat format, of the complete SF330 being submitted by the firm. SF330, Part I, Section B: Contract Information: In Block 5, list firm?s Dunn and Bradstreet and Taxpayer Identification Number in addition to the name of the firm. SF330, Section D: Organization Chart: In addition to the Instructions provided for the SF 330, identify the overall relationship and lines of authority of the proposed team, including key subconsultants. (Note: All individuals listed on the organization chart are not required to have a resume in Section E, such as administrative or lower level engineering positions.) SF 330, Section E: CRITERIA 1, PROFESSIONAL QUALIFICATIONS: Professional qualifications of the proposed team members assigned to this project SF330, Section F, CRITERIA 2, SPECIALIZED TEAM EXPERIENCE: Specialized experience and technical competence of the proposed team members assigned to this project in mining and mine reclamation projects. Submission Requirements: For each firm, provide a maximum of ten (10) specific completed projects that best illustrate overall team experience. Include within block 24 of SF330, Section F, a brief narrative of performance for respective project. Discuss effectiveness by listing budget/estimated cost, award amount, final design estimate, change order rate and adherence to performance schedules. SF330, Section G, Key Personnel Participation in Example Projects: Submit in accordance with the SF 330 Instructions. From the total projects listed in Section F, provide a maximum of ten (10) projects. SF330, Section H, Additional Information requested by Agency. Address the remaining Criteria 3 through 5; additional sheets may be used, if required. Clearly identify the Criteria number and title. CRITERIA 3 Capacity to accomplish the work in the required time. Submission Requirement: Describe firm?s capacity to accomplish work in required time frames. Indicate the firm?s present workload and the availability of the project team (including consultants) for the specified contract performance period. Indicate specialized equipment available. CRITERIA 4 Past performance with Government agencies and private industry with respect to cost control, quality of work, and compliance with performance schedules; Points of contact provided in other criteria may be contacted. A proposal with no record of relevant past performance information shall be evaluated neither favorably nor unfavorably. Submission Requirements: For each project provided as experience under Criteria 2, list any applicable favorable awards and commendations. Other performance evaluation results and awards may also be listed separately. Reference agency/company issuing evaluation/award/commendation and respective date. If a federal contract, state evaluation type and rating. If not a federal contract, provide any applicable similar evaluation information. If no documentation exists, so state. Please address the following components of past performance for each project provided as experience under Criteria 2, Original contract price and any modifications that increased cost and the reason for modification, Original contract time and actual completion date (circumstances for contract extensions may be addressed) Demonstrated success of the Quality Control (QC) program used by the firm to ensure quality products. Submission Requirement: Provide an organization chart that identifies the overall relationship and lines of authority of the proposed team. Include firm names, key personnel and their discipline/specialty; b) Describe the prime?s QC program; who is primarily responsible for the QC program, how does the prime firm ensure quality consistently across the entire team. Illustrate success in implementing the program; and c) Address the team?s QC processes for checking and verifying plans and specifications for errors, omissions and quality, documenting design decisions, and incorporating and tracking review comments. Of special interest are the QC processes in place that minimize the government?s effort to QA the A/E?s work product for errors, omissions, and quality. CRITERIA 5, LOCATION: Firm's location within and demonstrated knowledge of the general geographical areas in which projects could be located. Firm?s location of main offices, branch offices, and sub-consultants offices, The Firm?s ability to perform work in the geographical area. Submission Requirements: Describe and illustrate the team?s knowledge and availability to work in the above-stated geographical area. ADDITIONAL INFORMATION: All information must be included in the SF 330 package, (cover letter, attachments and excess number of pages will be excluded from the evaluation process). Firms must be registered with Central Contractor Registration (CCR) prior to contract award. Registration information is available at the CCR website, http://www.ccr.gov. Those firms that meet the requirements in this announcement and wish to be considered must submit their packages per above listed Submission Requirements, to: USDA Forest Service Northwest Oregon Contracting Area 16400 Champion Way Sandy, OR 97055 , no later than 4:00 p.m. local time, PST, on October 20, 2006. Submittals received after this date and time will not be considered. Firms not providing the required information may be negatively evaluated. Facsimile submittals will not be accepted. E-mail address for inquiries is: danmayer@fs.fed.us *** END OF ANNOUNCEMENT *** Point of Contact Dan R. Mayer, Contract Specialist, Phone 503-668-1730, Fax 503-668-1763, Email danmayer@fs.fed.us
 
Place of Performance
Address: Mt. Hood National Forest, 16400 Champion Way, Sandy, OR
Zip Code: 97055
Country: UNITED STATES
 
Record
SN01103944-W 20060804/060802220250 (fbodaily.com)
 
Source
FedBizOpps 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.