Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 15, 2006 FBO #1815
SOLICITATION NOTICE

C -- Cleveland, OH - Misc. Environmental A/E Services

Notice Date
11/13/2006
 
Notice Type
Solicitation Notice
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Cleveland, 1240 East 9th Street, Cleveland, OH, 44199-2060, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCG83-07-R-3CL057
 
Response Due
12/13/2006
 
Description
Provide professional Miscellaneous Environmental Architectural/Engineering (A/E) Services for shore facilities and offshore aids-to-navigation facilities. Shore and offshore facilities include buildings, waterfront facilities, lighthouse structures, and facility grounds. Provide professional A/E consultant services for various environmental engineering inspections, investigations, assessments, impact statements, designs, government cost estimates, compliance monitoring activities, environmental management plan development, environmental permit preparation/compliance, review of government designs, construction, and construction inspection services. Services may be required in any of the 50 states. However, a majority of the work may be limited to the following areas: District of Columbia, Northern IL, IN, MD, MI, MN, NC, NJ, NY, OH, PA, VA, WI. Services required may include: (1) environmental investigation, assessment, and reporting (PA, SI, RI) under RCRA, CERCLA, TSCA, CWA, CAA, SDWA, and other applicable Federal and State laws; (2) design, install, operate and maintain remedial systems and remedial actions, prepare cost estimates and perform construction or construction inspection of remedial design for sites contaminated with solvents, heavy metal, PCBs, petroleum hydrocarbons, pesticides, hazardous and other regulated wastes, radon, lead paint, and asbestos; (3) for Item 2, analysis of remedial alternatives, recommendation of cost effective alternatives, and development of final designs and construction contract documents; (4) environmental permit compliance requirements; (5) development and certification of spill plans, storm water management plans, community relations plans and assistance with fulfillment of public participation requirements, and other environmental management plans; (6) environmental auditing; (7) development of environmental data bases and data entry; (8) NEPA documents such as environmental assessments and impact statements addressing such areas as, but not limited to: geology and soils, water and air resources, fishery resources, wildlife resources, endangered species, recreation, historical and archaeological resources, socioeconomic resources and aesthetic resources; (9) Most work will consist of delineating contamination plumes, developing/screening remedial alternatives, negotiating compliance strategies and approaches, developing and implementing remedial designs and remedial actions, independent review of government projects, developing construction drawings and specifications, development of environmental management plans, and environmental auditing. The U. S. Coast Guard (USCG) intends to issue an Indefinite Delivery Contract(s). THE FOLLOWING CRITERIA WILL BE EVALUATED IN RELEVANT ORDER: (1) TECHNICAL EXCELLENCE a. The ability of the firm to implement a variety of chemical, biological and physical approaches to solve groundwater and soil contamination problems in a cost effective manner. Demonstrate reductions in contaminant levels and/or successful clean closures for groundwater and soil. Include timeframe for implementation thru closure. Emphasize In-Situ. b. Demonstration of ability to design, install, operate and maintain remedial systems. c. Demonstration of ability to understand and apply federal, state, and local regulations to develop and negotiate compliance strategies for corrective action and execute compliance audits within the service area states. d. Capabilities of the firm in developing/implementing environmental compliance and management plans, permit applications, remedial investigation, NEPA analysis and risk assessments. (2) PRIOR EXPERIENCE AND PAST PERFORMANCE a. Demonstration of contractor experience with projects similar in size and scope to the types of projects USCG anticipates under this contract ($50K-$250K). Types of projects include delineation of contaminant plumes, development/screening remedial alternatives, developing and implementing remedial designs and remedial actions, developing construction drawings and specifications, independent review of government projects, negotiating compliance strategies and approaches, utilizing risk base corrective actions, development of environmental compliance and management plans, performing NEPA analysis, and performing environmental compliance audits. b. Demonstration of ability of the contractor to complete tasks in the required timeframe and budget. c. Demonstration of ability to respond to accelerated timeframes, modified schedules, changes in scope and changes due to site conditions. d. Demonstration of accuracy and cost-effectiveness of contractor cost estimates. Describe procedures for developing cost estimates. (3) MANAGEMENT CAPABILITIES a. Structure of the firm as it relates to the overall approach to project management. Describe means of project execution and levels of work review and distribution within the firm. b. Ability to manage fluctuating workload. c. Internal quality control and quality assurance procedures used to ensure technical accuracy and the coordination of disciplines. d. Capability to perform a majority of work in-house. (4) PERSONNEL QUALIFICATIONS a. Past performance of relevant work experience. Firms should highlight those individuals who would be committed to USCG projects. b. Numbers and types of professionals employed as broken down by regional offices. Present an organizational chart that would showcase personnel on USCG team. c. Account for licensed professional accreditation of employees. Describe accreditations, states in which employees are accredited (especially service area states), distribution of accredited employees within the firm and access to them for USCG project related work. (5) COMPUTER CAPABILITIES a. Capability of contractor to generate all drawings using AutoCAD Release 2005 and the National CAD Standard (NCS). Demonstrate in-house CAD expertise to create accurate, comprehensive drawings to support project data. b. Demonstration of application and use of Geographic Information Systems (GIS)tools utilizing ESRI ArcView 3.x and ArcGIS 9.x as it relates to environmental cleanup projects, compliance projects, and NEPA. The Contractor shall also demonstrate their ability to execute work involving environmental databases such as EarthSoft EQUIS. c. Demonstration of expertise with regulatory accepted software programs for USCG project related data analysis (contaminant plume distribution, ecological and human health risk analysis tools, air dispersion modeling, etc). The USCG reserves the right to make multiple awards. The term of the contract will be one year starting from the date of contract award with four one year options. The total duration of the contract, including exercise of the option(s), shall not exceed five (5) years. The total contract amount will not exceed $2,500,000 per year and shall not exceed $500,000 per task order. The maximum contract amount shall be limited to $12.5M. The contract provides for a minimum guarantee of $5,000. The government reserves the right to make multiple awards. An attempt will be made to award at least one small and/or disadvantaged firm. The government reserves the right to exercise the option(s). The list of qualified contractors will remain active for 1 (1) year after the first award is made. The NAICS Code is 541620, size standard $6.5M. This announcement is open to both Small and Large Businesses. Firms desiring consideration are invited to submit two (2) copies of SF-330 (Part I and II) prior to the close of business December 13, 2006. Documents shall be annotated with the solicitation number HSCG83-07-R-3CL057, and sent to the Contracting Officer address shown above; Attn: Carolyn M. Melton. Faxed submissions will not be accepted. No solicitation will be issued. All inquires shall be submitted in writing. No Telephone Calls. This is not a Request for Proposal. Any future documents pertaining to this announcement will be available for download exclusively from the Internet by accessing the government-wide Federal Business Opportunities (FedBizOpps) website at http://www.fbo.gov.
 
Place of Performance
Address: 1240 East Ninth Street, Room 2179, Cleveland, Ohio
Zip Code: 44199-2060
Country: UNITED STATES
 
Record
SN01179976-W 20061115/061113220147 (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.