SOLICITATION NOTICE
C -- ENVIRONMENTAL A-E SERVICES US ARMY GARRISON, GRAFENWOHR, GERMANY
- Notice Date
- 4/15/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- USACE District, Europe, CMR 410 BOX 7, APO, AE 09096
- ZIP Code
- 09096
- Solicitation Number
- W912GB-13-R-0025
- Response Due
- 5/16/2013
- Archive Date
- 6/14/2013
- Point of Contact
- Abe Curry, 49-061197442600
- E-Mail Address
-
USACE District, Europe
(abraham.curry@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 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. 1. GENERAL INFORMATION: The US Army Corps of Engineers, Europe District, hereby solicits for Environmental A-E Services via Indefinite Delivery Contract (IDC) to be procured in accordance with the Brooks Act (Public Law 92-582, as amended; 40 U.S.C. 541-544) and Federal Acquisition Regulation Part 36. It is anticipated that up to two (2) IDCs will be negotiated and awarded in the fourth quarter of FY 2013. IDCs will be negotiated and awarded for one (1) base period, plus four (4), 1-year option periods. Each IDC shall have a contract period not to exceed five (5) years, which shall consist of one (1) base year, and four (4) one (1) year options. Each IDC shall also have a total capacity not to exceed $7,000,000.00, with a maximum limit per task order of $3,000,000.00. Work will be issued by negotiated firm-fixed-price task orders not to exceed these maximum limits. If the Europe District does award two (2) contracts, each Contractor will be afforded a fair opportunity to be considered for each task order. The Contracting Officer will consider the following factors when awarding a task order: uniquely specialized experience, performance and quality of deliverables under the current contract, current capacity to accomplish the order in the required time, and equitable distribution of work among the contracts. 2. PROJECT LOCATION: Multi-disciplined A-E services are required for environmental projects at U.S. military installations within the US Army Garrison (USAG) Grafenwohr area of responsibility, primarily in Grafenwohr, Vilseck, Hohenfels Garmisch and Freihoelser Forst (Amberg), Germany. 3. SERVICES REQUIRED: Multi-disciplined A-E services are expected to include, but will not be limited to: Performance of environmental-related studies, such as: Sanitary landfill studies Geological and hydrogeological studies (groundwater studies and sanitation) Soil and groundwater contamination studies Geophysical Studies Ground Water Monitoring Monitoring of Threatened and Endangered Species (TES-Monitoring) Design of Environmental compliance projects, such as Sanitation of landfills and contaminated site clean up Sanitary landfill rehabilitation projects, including supervision. Erosion control Performance of Natural and Cultural Resources Studies Sampling, analysis and inventory of hazardous substances in buildings Demolition design, including destructive testing and analysis Supervision of excavation and disposal management Pollution prevention planning including pollution prevention management plans Pollution prevention site inspections Asbestos surveys and abatement design (sampling and analysis for lung penetrating fibers in building insulation materials, including removal design) Geographic Information Systems (GIS) Environmental Management Systems (EMS) Also required is: Civil engineering and environmental related design as well as experience with ''Auftragsbautengrundsatze quote mark (ABG-2) coordination with German authorities. 4. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance with criteria a and b being equal. Criteria a through f are primary. Criterion g is secondary and will only be used to break ties between firms that are essentially technically equal. a. Professional Qualifications: The A-E firm must identify the qualifications of personnel in the following key disciplines: project manager, environmental scientist, hazardous materials expert, industrial hygienist, hydrogeologist, geologist, civil engineer, environmental engineer, biologist, chemist, GIS operator, GIS system manager, aerial photogrammetrist and cost estimator. The evaluation will consider the education, training, certification, overall and relevant experience and longevity with the firm for all key personnel. The firm's staff must be capable of certifying that all work is in compliance with U.S. and German laws and regulations. The firm must demonstrate experience with, and the ability to perform, Auftragsbautengrundsatze (ABG-2) coordination with German authorities. b. Specialized Experience and Technical Competence: Submittals must demonstrate the specialized experience and technical competence of the prime firm, joint venture partners, consultants, subcontractors and/or free-lance associates within the last five years in the types of projects specifically indicated above in paragraph 3, SERVICES REQUIRED. Firms must demonstrate experience in sustainable design using an integrated design approach and emphasizing environmental stewardship, especially energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction; reduction or elimination of toxic and harmful substances in facilities construction and operation; efficiency in resource and materials utilization; and development of healthful, safe and productive work environments. The evaluation will consider projects performed by the prime firm and consultants that demonstrate these sustainable design principles and the qualifications of the key personnel that demonstrate their experience and training in sustainable design. If the experience of key subcontractors is offered for any experience requirements, then a letter of commitment between the A-E firm or joint venture partnership and the subcontractor is required. c. Management Plan: Submittals must include in Blocks D and H of the SF 330 a Management Plan that addresses, as a minimum, the firm's approach to project management, organization and lines of supervision and communication, and coordination of disciplines and, if applicable, coordination with subcontractors or consultants and joint venture partners. The submittal must indicate which firm is responsible for each item of work, the interdisciplinary and interoffice communication and supervision process, and the procedure to ensure high quality products and services within cost limitations and in strict compliance with performance schedules. d. Past Performance: Past performance of the A-E, joint venture partners, and key subcontractors on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined from PPIRS and other sources. e. Capacity: Submittals must demonstrate the capability to perform at least three large task orders simultaneously within prescribed schedules. A large task order is defined as up to $1,000,000 in A-E fees. The evaluation will consider the experience of the firm, and any joint venture partners or consultants, in similar projects and the availability of an adequate number of personnel in key disciplines to complete the task orders within normal schedules. The evaluation will consider the key persons identified in Blocks D, E and G of the SF330, as well as other available staff identified in Block H and Part II. f. Knowledge of Locality: Submittals must demonstrate familiarity with the Europe District's area of operation and have experience in Germany. Firms that demonstrate familiarity within the USAG Grafenwohr area of responsibility, particularly Grafenwohr, Vilseck, and Hohenfels, will be given higher consideration for this factor. g. Geographic Proximity: Submittals must identify the location of the firm or firms with primary responsibility for the contract with respect to time and distance from the USAG Grafenwohr headquarters. 5. SUBMISSION REQUIREMENTS: A-E Firms that have the capability to perform this work are invited to submit two printed copies and one electronic copy (CD or DVD) of Standard Form 330 for the proposed team, including the prime firm and all joint venture partners, subcontractors, consultants and free-lance associates, to the address below not later than 1430 Central European Time on the closing date of this announcement. The SF 330 Part I shall not exceed 75 pages (8.5 quote mark x 11 inch or A4), including no more than 20 pages for Section H. Each side of a sheet of paper is a page. Use font type no smaller than size 11pitch. Firms responding to this announcement after the closing date and time will NOT be considered. Required forms may be obtained on the Internet at: http://www.gsa.gov/portal/forms/type/TOP Forms must be complete and current. Each firm identified as part of this contract including free-lance associates must complete a separate Part II of the SF 330. Firms may be rejected for incomplete or missing SF 330s. Part II must show only the office or offices that are intended to have a key role in the contract. Blocks E and G of Part I must include only individuals proposed to perform the anticipated work, including all subcontractors or consultants, in the appropriate columns, and should not include persons that will not actually do the work. Block E must clearly show if individuals are full-time, consultants or free-lance. Do not include promotional brochures, advertisements or other extraneous material in a submission such as prices, as this is not a request for proposal. Include the firm's point-of-contact, email address, telephone number and facsimile number in the submittal. Joint Ventures shall submit the following additional documentation of evidence of a Joint Venture entity: a. A copy, or translation, of a legally binding Joint Venture agreement in English. b. Identification of the party who can legally bind the Joint Venture. If credit for the experience and past performance of key subcontractors is desired, English translations and copies of original letters of commitment shall be submitted. 6. SPECIAL NOTE: Firms sending submittals from outside Germany via air courier or postal service should state the content value to be no cost or zero. If a monetary value is indicated on the package, the package may be delayed due to customs clearance. The Europe District is not responsible for any delays that result in late receipt of submittals. Be aware that heightened security measures may delay access to the Europe District in the Amelia Earhart Center; therefore early delivery of submittals is advised. Firms responding to this announcement are requested to inform one of the points-of-contact below so that receipt of submittals by the closing date and time can be confirmed. c. For United States or Military postal service: Commander U.S. Army Corps of Engineers, Europe District ATTN: CENAU-CT (Wendy Fields) A-E Announcement W912GB-13-R-000X CMR410, Box 7 APOAE 09096 d. For German or International postal service: Commander U.S. Army Corps of Engineers, Europe District ATTN: CENAU-CT (Wendy Fields, Contracting Officer) Box 7 A-E Announcement W912GB-13-R-000X Konrad-Adenauer Ring 39 65187 Wiesbaden, Germany 7. POINTS OF CONTACT for additional information: a. Primary Point of Contact: Ms. Wendy Fields, Contracting Officer, CENAU-CT, 7th Floor AEC Konrad-Adenauer Ring 39, 65187 Wiesbaden, Germany Email: wendy.d.fields@usace.army.mil Phone: 011-49-611-9744-22218 (from U.S.); (0)611-9744-22218 (within Germany) Fax: 011-49-611-9744-2618 (from U.S.); (0)611-9744-2618 (within Germany) b. Secondary Point of Contact (if primary is not available): Abraham Curry, Contract Specialist, CENAU-CT, 7th Floor ABC Konrad-Adenauer Ring 39,65187 Wiesbaden, Germany Email: abraham.curry@usace.army.mil Phone: 011-49-611-9744-2788 (from U.S.); (0)611-9744-2788 (within Germany) Fax: 011-49-611-816-2618 (from U.S.); (0)611-816-2618 (within Germany) END OF ANNOUCEMENT
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB-13-R-0025/listing.html)
- Place of Performance
- Address: USACE District, Europe CMR 410 BOX 7, APO AE
- Zip Code: 09096
- Zip Code: 09096
- Record
- SN03037168-W 20130417/130415234956-c4f0f9786f91666b0e9e124d524b2b09 (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 |