SOLICITATION NOTICE
C -- Corps of Engineers, Norfolk - Fixed-Price Indefinite Delivery contract, Architect Engineer services for environmental investigation, preparation of studies, and risk assessments reports, FortA. P. Hill or other locations required.
- Notice Date
- 4/25/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Norfolk, US Army Engineer District, Norfolk, 803 Front Street, Norfolk, VA 23510-1096
- ZIP Code
- 23510-1096
- Solicitation Number
- W91236-08-R-0033
- Response Due
- 5/28/2008
- Point of Contact
- Cheray L Schamp-bazar, Phone: 757-201-7076
- E-Mail Address
-
cheray.l.schamp-bazar@usace.army.mil
- Description
- CONTRACT INFORMATION: The Norfolk District Corps of Engineers announces its intentions to award a Fixed-Price Indefinite Delivery type contract for Architect Engineer (A-E) services for environmental investigation, preparation of studies, and risk assessments reports of a U. S. Government installation and facilities in accordance with PL 9 2-582 (Brooks A-E Act) and Federal Acquisition Regulation (FAR) Part 36, as required for various projects at A. P. Hill or other locations required by Norfolk District. The Government, at its discretion, may negotiate and award one or more Indefinite Delivery Contracts under this announcement with a base period not to exceed one year from the date of award and four option periods not to exceed one year each. The option period may be exercised when the base period or preceding option period nears expiration. The cumulative value of all task orders will not exceed $5,000,000.00. The work will be issued by negotiated firm-fixed price Task Orders. The contracts may include Task Orders with options for planning, engineering and design, and construction phase assistance. THIS IS AN UNRESTRICTED PROCUREMENT. ALL QUALIFIED FIRMS ARE INVITED TO SUBMIT REGARDLESS OF SIZE. NAICS code for this procurement: 541330 Size Standard: $4,500,000.00 To be eligible for a contract award, a firm must be registered in the Department of Defense (DOD) Central Contractor Registration (CCR). Register via the CCR internet site at http://www.ccr.gov/. PROJECT INFORMATION: Projects, primarily ENVIRONMENTAL in nature, may include work in the areas of: water, wastewater, under ground and above ground investigations, geo-statistical and GIS information, landfill closures, and hazardous waste closure risk assessments. These engineering and architectural services are required to support the Fort A. P. Hill Environmental Program projects assigned to the Norfolk District and within Fort A. P. Hill. The selected firm shall be able to provide on-site support in the execution of environmental projects which assist the fort A.P. Hill Environmental Division. The architect-engineer (AE) shall provide the necessary personnel, equipment, materials and facilities to perform all the services required under this contract in a complete and professional manner. AE services shall require the use of experience, knowledge, and skills related to all aspects of environmental studies and investigations. This work shall consist of, but not be limited to conducting technical inspections, field investigations, obtaining data, performing studies, furnishing engineering reports, sketches, drawings, and specifications, cost estimates, and other documents on environmental problems that are encounter in the U.S. government (Department of the Army and /or the Department of Defense) installations and facilities. Work to be performed under this contract will include, but may not be limited to: (1) Hazardous waste and solid waste management (a) Preparation of, revision of and implementation of closure plans and post-closure plans for hazardous waste and solid waste sites. (i) Preparation of landfill gas remediation plans (ii) Performance of landfill groundwater sampling, gas decomposition monitoring, and statistical analysis of groundwater data (b) Development, revision and implementation of work plans for existing or new EPA Region IIIs Facility Lead Corrective Action Agreement (c) Prepare or update Fort A. P. Hill plans as required (2) Underground storage tank management (a) Evaluation, testing and monitoring of storages tanks (b) Preparation of failure risk-assessment reports for A. P. Hills underground storage tanks (c) Performance of leak detection studies of underground storage tanks in accordance with the federal and /or state requirements (d) Design of underground storage tanks to include preparation of contract drawings and specification for various types of hazardous materials/wastes in accordance with requirements of the federal and /or state regulatory agencies (e) Evaluation, design and implementation of upgrades to leak detection and secondary containment. (3) Spill prevention and control (a) Preparation and update of Fort A.P. Hills spill prevention control and countermeasure plans for oil and hazardous material/waste. (b) Preparation of Fort A.P. Hills spill contingency plans (c) Conduct annual training of installation personnel in spill prevention and control. (d) Evaluate, design, and implement upgrades to lead detection and secondary containment. (4) Air pollution control (a) performance air opacity monitoring and training (b) Preparation of air management plans (c) Evaluation of potential air pollution control equipment. Design necessary modification to equipment (d) Provide on-site operation and maintenance assistance to improve performance of air pollution control systems in order to bring the system into compliance with federal, state and local regulations (e) Perform or update an emission inventory of potential air pollution sources (f) Prepare written reports on all of the above providing detailed findings and recommendations to bring to bring the facilities in compliance with the regulatory requirements and facilities permits. (5) Other environmental protection program studies, investigations, and reports (a) Prepare or update Pollution Prevention (P2) Plans and conduct P2 opportunity assessments (b) Prepare or update energy conservation studies, investigations, and reports. (c) Provision of geo-statistical analysis and GIS support utilizing the latest versions of AutoCAD, ARCview, ARCmap with meta data software in conjunction with GPS data collection and remote sensing (d) Preparation public response plans (e) Economic analysis and other environmental studies (6) Related services such as furnishing drawings, specifications, and cost estimates may also be required as an option EVALUATION FACTORS The Architect/Engineer must demonstrate its and each key sub-contractors qualifications with respect to the published evaluation factors for all services. Evaluation Factors (1) through (4) are considered most important and equal; factor (5) is slightly less important; and factors (6) through (8) are of lesser importance and will be used as tiebreakers among technically equal firms. PLEASE NOTE: Demonstrated experience by the prime firm and its consultants in military facility environmental considerations in DOD projects. Projects older than five years will not be considered. Similar projects newer than three years, but at least 50% completed will receive higher ratings. Demonstrated experience by the prime firm and its consultants in private sector and other government agencies projects. Projects older than five years will not be considered.Similar projects newer than three years, but at least 50% completed will receive higher rating. Specific evaluation factors include: (1) Specialized Experience and Technical Competence: (a) Recent demonstrated experience in development and implementation of EPA Region IIIs Facility Lead Corrective Action Agreements (b) Recent demonstrated experience in with Commonwealth of Virginia in the preparation and execution of land fill gas remediation and gas decomposition plans (c) Recent demonstrated experience in with preparation of and garnering approval for VPDES permits, closure plans for hazardous waste and underground storage tanks (USTs) (d) Computer Resources firms must indicate in Block 10 under PART 2 of GENERAL QUALIFICATIONS in the SF 330 the following terms: (i) Demonstrated CADD and capability with capacity to produce output files in.DXF or.DWG file format. CADD drawings will be required on CDs in Auto CADD release version 2007 or higher. (ii) Demonstrated capacity to produce data and output files with GIS, ArcView, ArcInfo, ArcMap with meta data, and GPS. (2) Professional Qualifications: (a) The design team must possess experienced personnel in, CIVIL, ENVIRONMENTAL, AND CHEMICAL ENGINEERS; GEOLOGIST, HYDROGEOLOGIST, ENVIRONMENTAL SCIENTIST (a minimum of two each) disciplines. (b) A Project Team Management Plan including team organization and proposed method of carrying out the work to meet specific project requirements and schedules. (c) Qualifications must show the working relationship of all key personnel by discipline and name a responsible individual for each discipline. (d) Past experience, if any, of the firm with respect to performance on Department of Defense contracts or other contracts. (e) Firms will be rejected for lack of or an outdated SF 330. (See: SUBMISSION REQUIREMENTS, (7) for more information.) (3) Past Performance: Demonstrated completion of recent projects of a similar scale and scope at Army Installations in terms of cost control, design award and meeting established schedules. Past Performance as described in Note 24. (4) Scheduling Capacity: Demonstrated capacity to accomplish work orders within required timeframes. (a) Capacity to perform two $250,000 work orders within a 6-month period. (b) Demonstrate past on-time delivery with examples of similar work, date required and actual delivery date. (5) Quality Control Program: Firms will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and discipline coordination. Define the program and list key personnel responsible. (6) Volume of work: (a) Firms will be evaluated in terms of work previously awarded to the firm by DOD within the past 12 months with the objective of effecting an equitable distribution of DOD and A&E contract among qualified A&E firms, including small and small disadvantaged business firms and firms that have not had prior DOD contracts. (b) Architect-Engineer Contract Administration Support System (ACASS) evaluation (c) Current work load (7) Small Business (SB) and Small Disadvantaged Business (SDB) Participation: Extent of participation of small businesses, historically black colleges and university, and minority institutions in the proposed contract team, demonstrated by use of SB and SDB subcontractors. Anticipated participation of small businesses must be represented by a percentage of overall work. (8) Firm Location Location of an office and subcontractors in close proximity to Fort A. P. Hill with the identified expertise at these locations. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. All requirements of this announcement must be met for a firm to be considered for selection. Interested firms having the capabilities to perform this work must submit a single SF 330 for the prime firm and all consultants to the US Army Corp of Engineers, Norfolk District, 803 Front Street, Norfolk, VA 23510-1096, ATTN: Ms. Cheray Schamp-Bazar not later than May 28, 2008 by 2:00 pm. Facsimile or email transmissions will not be accepted and will be considered nonresponsive. The SF 330 must also include the following: (1) Section H: Prime firms distance (in terms of POV driving miles) from address of office to perform the work and Fort AP Hill. (2) Section H: include your Data Universal Numbering System (DUNS) number and Commercial and Government Entity (CAGE) Code. For DUNS information, call 1-866-705-5711. (3) Firms with more than one office: (a) Section C: this block should reflect the proposed project team, distinguishing, by discipline, between the number of personnel in the office to perform the work and the total number of personnel in the firm. (b) Section E: each key person's office location; (4) Section E: registrations must include the year, discipline and state in which registered; (5) Block 19: Include a descriptive project synopsis of major items of work; (6) Block 19: Indicate fee in terms of thousands of dollars, not percentage of work completed. Prior to the final selection, firms considered highly qualified to accomplish the work may be interviewed either by telephone or by formal presentation. (7) Firms are invited to submit a completed Standard Form 330 Architect-Engineer Qualifications. (a) Firms will be rejected for lack of or submission of an outdated SF 330. Prospective contractors must be registered in the DOD Central Contractor Registration (CCR) database prior to award of a contract. Failure to be registered in the DOD CCR database may render your firm ineligible for award. All firms are encouraged to register as soon as possible. Information on registration and annual confirmation requirements may be obtained by calling 1-888-227-2423 or via the Internet at http://www.bpn.gov. Lack of registration in the CCR database will prevent access to FBO (Federal Business Opportunities) website and will make an offeror ineligible for award. TELEPHONE OR EMAIL REQUESTS FOR PLANS/SPECS WILL NOT BE HONORED. Contractors please note: Online Representations and Certifications Applications (ORCA) apply to this solicitation. With ORCA, you now have the ability to enter and maintain your representations and certification information, via the Internet at http://orca.bpn.gov. You no longer have to submit representations and certifications with your proposal. Instead this solicitation contains a single provision that will allow you to enter certification that all of your representations and certifications in ORCA are current, complete and accurate as of the date of your signature or list any changes. THIS IS NOT A REQUEST FOR PROPOSAL. Firms responding to this announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to size and geographic location of firm, specialized technical expertise or other requirements listed. Following an evaluation of the qualifications and performance data submitted, three or more firms that are considered to be the most highly qualified to provide the type of services required will be chosen for negotiation. Selection of firms for negotiation shall be made in order of preference based on the demonstrated competence and qualifications necessary for satisfactory performance in accordance with the specific selection criteria listed in the announcement. Point of Contact US Army Corp of Engineers Norfolk District 803 Front Street, Norfolk, VA 23510-1096 ATTN: Ms. Cheray Schamp-Bazar Email: Cheray.L.Schamp-Bazar@usace.army.mil Place of Performance Fort A.P. Hill, Caroline/Richmond County, Virginia Other Locations as Directed by Norfolk District and North Atlantic Division Government-wide Numbered Notes Note 24: This acquisition is for architect-engineer (A-E) services, and is procured in accordance with the Brooks A-E Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. A-E firms meeting the requirements described in this announcement are invited to submit: (1) a Standard Form (SF) 330, Architect-Engineer Qualifications, Parts I and II, and (2) any requested supplemental data to the procurement office shown. Firms registering for consideration for future Federal A-E projects are encouraged to electronically submit SF 330 Part II, General Qualifications, to https://orca.bpn.gov/login.aspx, and to update at least annually. Firms with a SF 330 Part II on file in this central Federal database do not need to submit a Part II for this acquisition unless directed by the announcement.}(e) Volume of DoD contract awards in the last 12 months as described in Note 24. f) Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=61fa91440fb20d97a5fc9fbc00374bb5&tab=core&_cview=1)
- Place of Performance
- Address: US Army Engineer District, Norfolk 803 Front Street, Norfolk VA
- Zip Code: 23510-1096
- Zip Code: 23510-1096
- Record
- SN01561405-W 20080427/080425215418-61fa91440fb20d97a5fc9fbc00374bb5 (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 |