Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2011 FBO #3487
DOCUMENT

C -- Environmental Services IDIQ Contract - Attachment

Notice Date
6/10/2011
 
Notice Type
Attachment
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of Veterans Affairs;Office of Construction and;Facilities Management (00CFM3B1);425 I Street, NW 6E.411E;Washington DC 20420
 
ZIP Code
20420
 
Solicitation Number
VA10111RP0140
 
Response Due
8/8/2011
 
Archive Date
11/15/2011
 
Point of Contact
Susan Lam
 
Small Business Set-Aside
N/A
 
Description
THIS IS A CASCADE PROCUREMENT UNDER RFP VA-101-11-RP-0140 THIS IS A PRE-SOLICITATION NOTICE AND A RFP PACKAGE WILL BE ISSUED ON OR ABOUT JUNE 24, 2011. Environmental/Historic Services are required through a number of multi-disciplined Environmental /Historic Services Indefinite Delivery/Indefinite Quantity (IDIQ) Contracts with the Department of Veterans Affairs (VA), Office of Construction & Facilities Management. Offerors selected under this IDIQ Contract for Environmental Services will provide services within VAs three regions (Western, Central and Eastern) located throughout the United States (see chart below). This multiple award may consist of Large Businesses and Small Businesses (SDVOSB, VOSB and/or WOSB, 8(a), HUBZone and SDB). The offerors must have an approved NAICS Code of 712120 AND 541620. The intent is to award four (4) contracts per region; however, awards may vary dependant on the interest shown. This contract will have a base period of one (1) year and four (4) one-year option periods, at the discretion of the Government. The minimum guaranteed amount for the base period is $1,000. The contract will be a firm fixed- price IDIQ contract with a maximum amount of $7,000,000 over the contract period. The determination of acquisition strategy lies solely with the Government. The Offeror must have an established working office within the region at the time of submission. The offeror must be capable of responding to and working on multiple task orders concurrently. Project sites will be located within the region. The offeror or team should have at least the following licensed/registered specialty disciplines as members of the offeror or team, either in-house or through consultants, with demonstrable expertise in their respective fields: (1) Archaeologist; (2) Landscape Architect; (3)Hydrologist; (4) Civil Engineer; (5) Mechanical Engineer; (6) Historian; (7) Environmental Specialist; (8) Environmental Engineer; (9) Chemical Engineer; (10) Natural Resource Specialist; (11) Historic Preservation Specialist; (12) Wetlands Specialist; (13) Wildlife Biologist; (14) Geologist; and (15) Environmental Planner. Task orders will include Environmental Services work for the Veterans Benefits Administration, Veterans Health Administration, and National Cemetery Administration. The offeror or team must have experience with Environmental Services and Historic Services from its initial conception through completion of documentation. Only offeror or teams, demonstrating the above capabilities and a planned approach to perform contract services should respond. (Members of the firm or team should be licensed or registered in the state (as applicable) where the project or task order is being issued, but this requirement will be at the discretion of the contracting officer depending on the complexity of the task order.) These multiple-award contracts is for environmental services and historical services under indefinite quantity, firm-fixed price type contracts for all types of new and existing facilities. This includes: Task 1: ENVIRONMENTAL ASSESSMENT Prepare an Environmental Assessment (EA) to determine the potential environmental consequences of a proposed action. The purpose of the EA is to ensure VA compliance with the regulations set forth by the Council on Environmental Quality provisions of the National Environmental Policy Act (NEPA), Title 40 CFR Parts 1500-1508; and VA Implementing Regulations, Environmental Effects of VA Actions, Title 38 CFR, Part 26 (51 FR 37182, Oct. 20, 1986). Particular attention should be directed to the environmental assessment definition..."a concise public document that serves to: briefly provide sufficient evidence and analysis for determining whether to prepare an environmental impact statement or a Finding Of No Significant Impact (FONSI)" (NEPA Part 1508.9). Task 2: ENVIRONMENTAL IMPACT STATEMENT Prepare an Environmental Impact Statement (EIS). The EIS may be initiated directly or as a continuation of an Environmental Assessment which did not result in a FONSI. In addition to the items and requirements listed under Task 1: Environmental Assessment above, the EIS task shall include support for Public Scoping Meetings, preparation and posting of Notices in the Federal Register, and submittals to, and interaction with, the US EPA and other governmental agencies. Task 3: ENVIRONMENTAL SITE ASSESSMENT Conduct an Environmental Site Assessment (ESA) of a property with respect to the range of contaminants within the scope of the Comprehensive Environmental Response, Compensation and Liability Act (CERCLA) (42 U.S.C. 9601) and petroleum products. The purpose of the ESA is to satisfy one of the requirements to qualify the US Department of Veterans Affairs (VA) for the innocent landowner, contiguous property owner, or bona fide prospective purchaser limitations on CERCLA liability (hereinafter, the "landowner liability protections," or "LLPs"), i.e. "all appropriate inquiry into the previous ownership and uses of the property consistent with good commercial or customary practice" as defined at 42 U.S.C. 9601(35)(B). The ESA will be in accordance with the American Society of Testing and Materials (ASTM) Standard Practice: Phase I Environmental Site Assessment Process (ASTM Designation: E1527-05) and shall include the following minimum requirements: 1) On-site reconnaissance and physical inspection of the entire property; 2) Review of state and federal lists of known contaminated sites, hazardous materials users, spills and underground tanks 3) Interviews with persons as knowledgeable of the property, representatives of the public, property management, and regulatory agencies; 4) Evaluation of nearby operations for their potential to affect subject property; 5) Review of any existing environmental documents for the project area; and, 6) Current and former uses shall be described and evaluated with regard to potential for environmental degradation. Conduct follow-on Phase II Environmental Site Assessment sampling as appropriate including use of field sample measuring instruments, soil boring equipment, dosimeters, collection of samples for laboratory analyses. (Note that due to the type of transaction or other requirement driver in question, the environmental site assessment efforts may be conducted using other criteria such as DODs Environmental Baseline Assessment (EBS), or Environmental Due Diligence Audit (EDDA)) Task 4: WETLANDS DELINEATION/SECTION 401/SECTION 404 CONSULTATION Conduct an evaluation for the presence and jurisdictional boundaries of wetlands as described in the 1987 United States Army Corps of Engineers (USACE) Corps of Engineers Wetlands Delineation Manual. Tasks include but are not limited to researching and assembling readily available information (such as soil surveys, topographic maps, historic and current aerial photographs, and National Wetland Inventory maps, to preliminarily identify potential on-site wetlands and streams, etc.), field-flagging (including survey of the field flags), preparation of report, and consultation with the USACE and other local agencies. Task 5: MIGRATORY BIRD TEATY ACT & ENDANGERED AND THREATENED SPECIES ACT Consult with the US Fish and Wildlife Service (USFWS) and other State and local agencies in accordance with the National Environmental Policy Act (NEPA). Consultant will research and assemble readily available information to identify potential site usage patterns by migratory species and prepare necessary report. Task 6: GROUNDWATER FEASIBILITY STUDY/WATER RESOURCES ANALYSIS/WELL DRILLING Perform a Groundwater Feasibility Study to determine quantity and quality of groundwater in accordance with the American Water Works Association Standard A100- 97. Specific work items include but not limited to: 1) Well Inventory: Perform an inventory of public and private water systems that may be impacted by ground water withdrawals from the proposed on-site well; 2) Monitoring Well Network Development: Coordination with regulatory agencies, as required, including acquiring of all necessary permits; 3) Well Location Survey; 4) Pilot Well Drilling: Determine well yield and provide drilling oversight; 5) Step-drawdown test; 6) Constant Rate Pumping test; 7) Data Analysis and Preparation of Ground Water Supply Report. Task 7: SUBSURFACE INVESTIGATION (GEOTECHNICAL SURVEY) Perform subsurface investigations to determine the suitability of a site in constructing various structures. Investigations to include but not limited to site reconnaissance, laboratory examinations, physical and chemical analyses, ground penetrating radar (GPR) and soil borings. Task 8: CULTURAL RESOURCES DOCUMENTATION (HABS, HAER, HALS) Perform cultural resource documentation and/or recordation report(s) such as Historic American Buildings Survey, Historic American Engineering Record, Historic American Landscape Survey (HABS/HAER/HALS). Task 9 NATIONAL REGISTER OF HISTORIC PLACES Perform National Register of Historic Places determinations of eligibility and nominations. Task 10: CULTURAL & ARCHAEOLOGICAL RESOURCE SURVEY/ CONSULTATION SUPPORT Perform cultural and archaeological studies to identify possible historic resources sites in the area(s) of potential effects (APE) and to determine the effects of potential actions on the human environment under the National Environmental Policy Act (NEPA) and on historic resources under Section 106 of the National Historic Preservation Act (NHPA). Requirements include, but not limited to, archival research, Indian Tribal coordination, coordination with local interests, fieldwork, documentation, evaluations, sub-surface probes, etc. Provide Section 106 and/or 110 consultation support services working with SHPOs, THPOs, ACHP, Tribes, other groups or public entities to complete proposed project review process. Assistance with implementing agreed upon mitigation measures. Task 11: OTHER SERVICES 1) Perform Visual Impact Assessment. 2) Prepare regulatory compliance/permitting report detailing descriptions of regulatory compliance requirements, process, timelines, costs, etc.). 3) Prepare for submission environmental permit applications for new or modified permits. 4) Provide technical support for execution and documentation of required mitigative measures during project construction. 5) Provide Unexploded Ordnance (UXO) and/or comprehensive hazardous material (e.g. asbestos/lead paint/landfill) survey. Provide a design that will support the removal, demolition, and disposal of the UXO and hazardous materials in accordance with applicable laws and regulations. 6) Perform Boundary/ALTA Survey/Title Search/ Title Work required for the legal transfer of real property. 7) Perform Topographic Survey. 8) Conduct Biological Assessments in accordance with US F&W requirements. 9) Prepare or update various required environmental site-specific plans such as Soil & Erosion Control Plan (S&E); Spill Prevention, Control and Countermeasure Plan (SPCC); Environmental Management System (EMS). Offerors shall demonstrate companies compliance with the Cost Accounting Standards in accordance with FAR Part 42. Proposals will be evaluated on each of the criteria factors listed below. Each factor will be assigned a rating from outstanding to unsatisfactory based on the risk to the Government that the Offeror will successfully perform the factor being evaluated. Award will be made to the offeror determined to be most highly qualified. Information for each factor should be submitted for the office and/or employee performing the work in response to this announcement. The Selection Board will consider the performance risk associated with that team not being co-located in the geographical proximity to the supported projects. Significant evaluation factors (in order of importance): 1) Professional Qualifications: Submit a matrix of proposed team(s), including alternatives, that contain the following data about the members assignment: members name, firm name, office location, proposed team assignment, percent of time to be spent on this team, education level/discipline (example: BS, environmental engineering), state(s) of professional registration, number of years of professional experience, and number of years with the company. Also for project managers and team leaders, identify the number of teams (consultants and joint venture partners) they have managed over the past five years. 2) Key Personnel: Resumes for qualified personnel should be presented in Section E for the following key personnel. All key personnel shall be shown on the organizational chart. Key personnel in disciplines that are required to be licensed, registered, and/or certified, as applicable. Resumes shall be provided for other key personnel. Registration or certification for all is encouraged. 3) Specialized Experience: Provide a description of germane, recent projects, with clients, for which the team members provided a significant technical contribution. Work on these projects must have been within the last five years. Indicate how each project is relevant to the work described herein. 4) Past Performance: Provide a tabular listing of all excellent performance ratings and letters of commendation from both private and Government clients, including VA (designate your role: prime, consultant or joint venture partner). These ratings should be dated 2005 or later and include the following data: current client contacts, project due date, design completion date and final cost estimate compared to the contract award amount (note whether bid or negotiated). 5) Capacity: Demonstrate your companys ability to accomplish multiple, large and small projects simultaneously; as such would be required under this IDIQ contract. Show your ability to respond to multiple and varied assignments simultaneously in several states utilizing all the engineering disciplines required by the scope of work. Provide evidence that your company is permitted by law to practice the professions of architecture or engineering, i.e., state registration number. The slated company will be required to provide a preliminary subcontracting plan as part of the submission package. Submit an organizational chart with the following submission: Principal point of contact, project manager, team leaders, and the name of each team members, all team member associates, and the name of at least one alternative for each key person. In accordance with FAR 52.219-27 (c )(1) Offerors must demonstrate their capability and capacity to do at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other service-disabled veteran owned small business concerns; 6) Location: Provide a list of recent projects performed by the firm or joint venture partners and appropriate subcontractors in the areas of responsibility (West, Central, East,) that you are proposing on. Provide your current office location. 7) Commitment to small business: use of small business concerns as sub-consultants. (Note: small business firms must also address these criteria. All companys, regardless of size, will be evaluated on their commitment to small businesses). Demonstrate commitment and use of small business concerns as sub-consultants on this contract. Provide a chart with each small business category; identify the proposed names of the small businesses and subcontracting percentage the prime anticipates subcontracting to each firm. If a large business you must provide an outline as to how your firm will meet the subcontracting goals below. In addition, any large firms that is selected for an award will be required to submit a subcontracting plan which will meet the following small business subcontracting goals: Small Business (SB) 17.7%; Service-Disabled Veteran-Owned Small Business 7%; Veteran-Owned Small Business 5%; Small Disadvantaged Business (includes 8(a)) 5%; Women-Owned Small Business 5%; and HUB Zone 3%. Large business firms shall submit their subcontracting plan with their package. 8) Volume: Volume of work previously awarded to your company by the Department of Veterans Affairs. Interested companys must list on a separate sheet of paper with the amount and dates of all fees for Environmental Services awarded and negotiated with awards pending between 2005 and the present. Pursuant to 38 United States Code 8127(f) and 38 CFR Part 74 requires all apparent successful Offerors to apply for and received verified status from CVE to establish appropriate status prior to award of any contract under this program. The contracts for the Western Region will be for Department of Veterans Affairs installations and activities in the Western area of responsibility (WA, OR, CA, ID, NV, AZ, MT, WY, UT, CO, NM, AK, and HI). The contracts for the Central Region will be for Department of Veterans Affairs installations and activities in the Central area of responsibility (ND, SD, NE, KS, OK, MN, IA, MO, AR, LA, WI, IL, KY, TN, IN, MI, OH, TX and MS). The contracts for the Eastern Region will be for Department of Veterans Affairs installations and activities in the Eastern area of responsibility (ME, VT, NY, NH, MA, CT, RI, NJ, PA, MD, DE, DC, WV, VA, NC, SC, GA, FL, PR and AL). The contractor(s) may also, on occasion be tasked to provide the services described herein outside the region. These projects will be assigned on an exception basis as determined by the Contracting Officer. SUBMISSION REQUIREMENTS: Interested sources are invited to respond to this announcement by indicating which region or regions your firm is interested in, and providing two CDs and one original submittal package including an original SF 1449, for the prime and an SF 1449 for each subcontracted consultant proposed. As an attachment, provide an organizational chart of the proposed team showing the names and roles of all key personnel. Please include your DUNS, CAGE, and TIN numbers in Block17a of the SF1449. Provide evidence of your firms capability to accomplish the work within required time limits (usually four to nine weeks for the average projects plus Government review time). All respondents to this notice shall additionally include a narrative addressing their ability to adequately coordinate and accomplish all required environmental services for multiple projects described above in a multi-state area. In this narrative, the respondents shall identify specific expertise retained in-house and also services that would be subcontracted out. The CDs and original submittal package must be received not later than 2:00 p.m. local time of that region(s) on August 8, 2011. Submittals received after this date and time will not be considered and will be handled in accordance with FAR 52.215-1. The NAICS Code is 541620 and 712129 and the Size Standard is $7.0M. Offerors must be registered in the Central Contractor Registration (CCR) database in order to participate in this procurement. Include contact name, phone number, fax number and email address on SF 1449. If you are submitting for more than one region, you are hereby required to submit a package for each to be considered. Submit an original and 2 CD�s, label lower right corner of outside mailing envelope with: Environmental IDIQ Services VA-101-11-RP-0140. The submittal package(s) are to be sent to the following region(s) to be considered: Department of Veterans Affairs Office of Construction and Facility Management 1175 Nimitz Avenue, Suite 200 Vallejo, CA 94592 Attn: Mr. Frank Clemons (Western) Department of Veterans Affairs Office of Construction and Facility Management 3001 Green Bay Road, Building 3, Room 209 North Chicago, IL 60064 Attn: Mr. Bob Kelner (Central) Department of Veterans Affairs Office of Construction and Facility Management 8380 Colesville Road, Suite 420 Silver Spring, MD 20910 Attn: Mr. Jose Bumbray (Eastern) For additional clarifications and questions on this procurement (Pre-Award), please contact Susan Lam at 202-632-5253, or e-Mail at Susan.Lam@va.gov. It is recommended that you not contact the VA Representative at the receiving office until after submission of your SF 1449s.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/vacoofmae/vacoofmae/VA10111RP0140/listing.html)
 
Document(s)
Attachment
 
File Name: VA-101-11-RP-0140 VA-101-11-RP-0140PRE-SOLICITATION NOTICE.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=208729&FileName=VA-101-11-RP-0140-007.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=208729&FileName=VA-101-11-RP-0140-007.doc

 
File Name: VA-101-11-RP-0140 ENVIRONMENTAL SERVICES IDIQ IDF PRESENTATION.PPT (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=208730&FileName=VA-101-11-RP-0140-008.PPT)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=208730&FileName=VA-101-11-RP-0140-008.PPT

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02470510-W 20110612/110611000012-9c4926bb679422565170b669bba52249 (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.