Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 25, 2008 FBO #2342
SOLICITATION NOTICE

C -- RAC II

Notice Date
4/23/2008
 
Notice Type
Presolicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, Region IV, Procurement Section 14th Floor Atlanta Federal Center 61 Forsyth St., SW Atlanta, GA 30303
 
ZIP Code
30303
 
Solicitation Number
PR-R4-08-10120
 
Response Due
5/30/2008
 
Point of Contact
JANICE L. SPADY, Contract Specialist, Phone: (404)562-8382, E-Mail: spady.janice@epa.gov; ANITA M. WENDER, Placement Contracting Officer, Phone: (404)562-8263, E-Mail: wender.anita@epa.gov
 
Description
Remedial Action Contract II (RAC) procurement. The procurement will be done as a full and open competition under NAICS 562910 with a size standard of 500 employees. The U.S. Environmental Protection Agency, Region 4 is looking for architect and engineering services for remedial activities. Region 4 consists of the states of Alabama, Mississippi, Florida, Tennessee, Georgia, Kentucky, North Carolina and South Carolina. There may be occasions where EPA will need the contractor to work in EPA regions outside of Region 4. Work will consist of professional A&E, technical, and management services to support remedial response, enforcement oversight and non-time critical removal activities. Work will be performed under the Comprehensive Environmental Response Compensation and Liability Act of 1980 (CERCLA) as amended by the Superfund Amendments and Reauthorization Act of 1986 (SARA) and the Robert T. Stafford Disaster Relief and Emergency Assistance Act pursuant to the Federal Response Plan (FRP) and other laws to help address and/or mitigate endangerment to public health, welfare or environment, and to support State and communities in preparing for responses to releases of hazardous substances, as well as counter-terrorism. Contract services will include performance of site management, remedial investigations and feasibility studies (RI/FS), engineering services to design remedial actions, construction management for selected remedy and engineering services for oversight of construction. Work will also include engineering evaluation and remedial RI/FS investigations/feasibility studies, remedial design, remedial action, removal action, and negotiation support, as well as other technical assistance including community involvement, sampling and analysis support, risk assessment, five-year reviews, long-term response actions and pre-design investigations. One indefinite delivery/indefinite quantity fixed rate contract award is anticipated. The base period of performance will be five years, with one three-year option period and one two-year option period for a total possible 10-year contract. The estimated value is $15 million for each year of the 5-year base and each year of the option periods. The procurement is being conducted under the Brooks Act, under FAR Part 36. Interested firms should submit an SF-330, Architect-Engineer Qualifications form by 4:00 pm local Atlanta time on May 30, 2008 to the following address: U.S. Environmental Protection Agency, Acquisition Management Section, 14th Floor, Sam Nunn Atlanta Federal Center, 61 Forsyth Street, Atlanta, GA 30303, Attention Janice Spady. SF-330 packages must be received in the Acquisition Management Section (postmarks will not suffice) by the closing date and time. Each firm's submission shall be limited to 35 double-sided 8 x 11 pages and a minimum 10 point font. Any pages submitted in excess of 35 double-sided pages will not be reviewed or considered. Firms should submit one original and six paper copies in addition to one electronic copy in Word or pdf format. Source selection will be based on the following evaluation criteria, listed in descending order of importance: 1) specialized experience and technical competence; 2) professional qualification and management ability; 3) past performance; 4) capacity to accomplish the work; and 5) location. Details of rating criteria follow by rating factor. 1) Specialized experience and technical competence. Firms will be rated on experience with CERCLA and other applicable and relevant requirements and EPA guidance; on experience in design of RI/FS including complex ecological and human health risk assessments; experience implementing Remedial Design/Remedial Action and ability to respond to changed site conditions; experience in overseeing work performed by Regulated Parties and coordinating with multiple stakeholders. 2) Professional qualification and management ability. Firms will be rated on demonstrated experience of management personnel based on education, technical, management and financial experience and skills. Evaluation will be based on ability to select appropriate staffing by technical disciplines; ability to manage multiple task orders with minimal oversight; ability to provide quick response; ability to develop innovative management strategy to minimize costs and streamline schedules; ability to comply with government financial and contracting reporting; effectiveness and accomplishments of firm?s Quality Environmental Management System on overall reduction of greenhouse gas emissions; demonstrated relevant experience of technical personal based on education and technical and management experience in statement of work areas. 3) Past Performance. Past performance will be evaluated from a number of sources including information provided by firms on existing and prior contracts performing work similar to RAC projects. Firms should include in their submittal a complete list of all contract work performed in the past three years similar to RAC work. Firms will be evaluated using the criteria in the standard form for A&E/Construction contract work in the Contractor Performance System which lists several subfactors for each of the following categories; quality of service, cost control, timeliness, and business relations. Firms without access to a copy of this form should contact the Contract Specialist. 4) Capacity to accomplish the work. Firms will be evaluated on current and projected workload commitments, the capacity to staff the contract with experienced, trained personnel at appropriate levels and disciplines. 5) Location. Firms will be evaluated on having an established office and staff presence within Region 4. After EPA has evaluated all SF-330s, it will prepare a short list of the most highly rated firms. These short-listed firms, called selected firms, will be invited to participate in oral presentations based on information sent to them which will augment and address evaluation criteria 1 and 4. Following the oral presentations, the proposals will be ranked with the most highly rated firm ranked first and the source selection authority will make the final selection from among those firms. The most highly rated firm will be asked to submit a cost proposal to the Government, along with a Conflict of Interest plan, a Quality Management Plan and Representations and Certifications. The Placement Contract Specialist for this procurement is Janice Spady who can be reached on 404.562.8382 or at spady.janice@epa.gov. The Placement Contracting Officer is Anita Wender who can be reached at 404.452.8263 or wender.anita@epa.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0835cd33a4e0d29535d466260f4379fd&tab=core&_cview=1)
 
Record
SN01559408-W 20080425/080423215438-0835cd33a4e0d29535d466260f4379fd (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.