SOLICITATION NOTICE
C -- Up to Two Service Disabled Veteran-Owned Business Set Aside IDIQ Environmental Architect Engineering Service Contracts within the Great Lakes and Ohio River Division Mission Boundaries and Nationwide Reserve Missions
- Notice Date
- 6/11/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- 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
- W912QR-71625430
- Response Due
- 7/11/2007
- Archive Date
- 9/9/2007
- Small Business Set-Aside
- Service-Disabled Veteran-Owned
- Description
- 1) CONTRACT INFORMATION: The Louisville District intends to award up to two Indefinite Delivery Type contracts, each for a three year base period with an option to extend each contract for an additional two years, at the discretion of the Government . Each contract will not exceed $5,000,000 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 award is anticipated on or about S eptember 2007. Some projects may require participation at partnering meetings which could require the AEs to attend an approximate one-day partnering meeting to define expectations of the AE, create a positive working atmosphere, encourage open communicat ion, and identify common goals. Significant emphasis will be placed on the AEs quality control procedures as the District will perform quality assurance only on each project. The Government intends to award a second contract from this solicitation withi n one year from the date of this solicitation. 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 ca pacity 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 first contract. If necessary, secondary selection criteria (e-g listed below) will be used as a tie-breaker among technically equal firms. Contracts awarded as a result of this announcement will be administered by the Louisville District. This is a competitive procurement under NAICS Code 541330, open to only Service Disab led Veteran Owned small businesses. A firm must be registered in the DOD Central Contractor Registration (CCR) system. 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 thru Friday, 8:00 am to 6:00 pm, or Electronic Commerce Information Center (ECIC) at (800) 334-3414 Monday thru Friday, 8:00 am to 6:00 pm. To be eligible for award, a firm must have a DUNS number and be registered in the DoD Central Cont ractor Registration (CCR) database, via the CCR Internet site at http://ccr.gov or by contacting the DoD Electronic Commerce Information Center at (800) 334-3414. Register to provide representations and certifications at http://orca.bpn.gov. 2) PROJECT I NFORMATION: The work to be performed under this contract will be within the Great Lakes and Ohio River Division Mission Boundaries and the nationwide reserve missions to support the Louisville District missions. The general scope of services under these contracts is: performing environmental studies, designs and support of compliance issues under RCRA, CERCLA, other federal programs, and state and local environmental laws and regulations; conducting site surveys and assessments; performing NEPA documenta tion; conducting archaeological surveys; performing ground and aerial surveys; performing risk assessments; conducting surface/subsurface soil, sediment, and rock sampling/testing; water sampling/testing; conducting HTRW laboratory analyses (water, soil, l ead paint, asbestos etc); and providing cost estimates for remediation work. Task orders will be issued with a project/site specific Scope of Work under the general scope of the contract. 3) SELECTION CRITERIA: The selection criteria are listed below i n descending order of importance. Items (a) thru (d) are primary criteria and (e) thru (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 with and knowledge of design and selection of remediatio n 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 qualifications and technical competence in t he type of work required as exhibited by evaluation of the firms staff with regard to experience and roles of staff members specifically on projects addressed in selection criteria (b). Two resumes are required for the following personnel project assignm ents, with at least one registered professional in each discipline: environmental engineer, geotechnical engineer, geologist, hydro geologist (PE or PG), chemical engineer, civil engineer, structural engineer, mechanical engineer, electrical engineer, ind ustrial engineer, architect, historic architect, surveyor (registered Land Surveyor). In addition, one resume for a professional qualified by education, training, certification and/or specialized experience is required in each of the following fields: pr oject manager, certified industrial hygienist (CIH) accredited by the American Board of Industrial Hygiene (ABIH), chemist, hydrologist, hydraulic engineer, cost estimator, environmental law specialist, safety professional, health physicist (for radiologic al projects), regulatory specialist, human health and ecological risk assessment specialist, archaeologist (masters degree is required to perform as the Primary Investigator) wildlife biologist and aquatic biologist with the appropriate 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 on each resume in Block E of SF330. Block G may also include a matr ix that displays the discipline, degree, years of experience, state(s) of registration/certification in each of the specialized experience categories for each person on the proposed team. Individuals proposed for the prospective team may not be dual- hatt ed. (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 environmental studies and designs conducted under CERCLA a nd RCRA regulations as well as appropriate state regulations. Additionally, firms must have expertise in human health and ecological risk assessment, cost engineering, hydrogeology, Military Munitions Response Program (MMRP), Munitions and Explosives of C oncern (MEC), environmental statistics, NEPA regulations, hydrology, GIS and CADD. Those projects conducted under 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: chlorinated solvents in soil and groundwater; explosives contamination in soil and groundwater; karst hydrogeology, NIKE sites; monitored natural attenu ation; land use control plan implementation; IRP sites; FUDS sites; BRAC sites; and projects utilizing the Department of Defense Quality Systems Manual for Environmental Laboratories (DOD QSM) with the Louisville QSM Supplement, or the Louisville Chemistry Guide (LCG) protocols for chemical laboratory analysis and data validation. In addition, a brief Study/Design Quality Management Plan including an explanation of the firms management approach, management of subcontractors (if applicable), quality contro l procedures, firms procedures to insure that internal resources are not overcommitted, and an organizational chart showing the inter-relationship of management and various team components (including subcontractors) must be included in Block H of the SF33 0. In block H, also indicate the estimated percentage of involvement of each firm on the proposed team. The prime must self certify indicate the percentage of work to be performed by the prime. (c) Capacity to perform concurrent multiple task orders and sufficient staffing and/or team to accomplish the same. (d) Past performance with respect to cost control, quality of work compliance with performance sch edules on DOD and non-DOD contracts. Firms must list POC names and phone numbers for each project shown in block F. (e) Superior performance evaluations on recently completed DOD contracts. (f) Knowledge of the locality of the project to include knowl edge of local conditions and local codes. (g) Volume of DOD contract awards in the last twelve months listed in block H of the SF330. 4. SUBMITTAL REQUIREMENTS: Interested firms having the capabilities to perform this work must submit one paper copy and one electronic copy on one CD of the SF 330, Part I, and one paper copy of SF 330, Part II for the prime firm. Each branch office that will have a key role in the proposed contract must also submit a copy of the SF 330 Part II. Responding firms must submit a current and accurate SF330, Part II, for each proposed consultant. The proposal shall be submitted as one file using Microsoft Word (.doc) or Adobe Acrobat (.pdf). One paper copy of the proposal shall also be submitted. Font size shall be 10 or larger. Any firm with an electronic mailbox responding to the solicitation should identify such address in the SF330, Part I. Please identify the Dun & Bradstreet number of the office(s) performing the work in Block 5b of the SF330, Part I. Dun & Bradstreet numbers may be obtained by contacting 1-866-705-5711, or via the internet at www.dnb.com. The SF 330 will be no longer than 100 pages in le ngth (excluding the SF330, Part IIs) and Block H will be 20 pages or less in length. Each printed side of a page will count as one page. Release of firm status will occur within 10 days after approval of any selection. All responses on SF330 to this announ cement must be received no later than 4:00 p.m. local time on 11 July 2007. No other information including pamphlets or booklets is requested or required: No other general notification to firms under consideration for this project will be made. Facsimile t ransmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. Submit responses to US Army Corps of Engineers, ATTN: 600 Dr. Martin Luther King, Jr., Pl ., Room 821, Louisville, KY 40202-2267. Contracting Point of Contact: Lisa Roseberry, at (502) 315-6190, Email Lisa.A.Roseberry@LRL02.usace.army.mil.
- 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
- SN01315787-W 20070613/070611221028 (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 |