SPECIAL NOTICE
C -- SYNOPSIS REQUEST FOR SF330 - Architect and Engineering Services Mine Contract - Attachment
- Notice Date
- 11/20/2015
- Notice Type
- Special Notice
- NAICS
- 562910
— Remediation Services
- Contracting Office
- Region 9 US Environmental Protection Agency 75 Hawthorne Street San Francisco CA 94105 USA
- ZIP Code
- 00000
- Solicitation Number
- SOL-R9-15-00006
- Archive Date
- 1/29/2016
- Point of Contact
- Slater, Zachary
- Small Business Set-Aside
- N/A
- Description
- Attachment 6 - Past Performance Questionnaire Attachment 5 - Client Authorization Letter Attachment 4 - Security Requirements Attachment 3 - Exhibit 2 - Task Inventory Attachment 2 - Exhibit 1 - Work Breakdown Structure Attachment 1 - AES Mine SOW SYNOPSIS AES SET-ASIDE FOR MINING The U.S. Environmental Protection Agency (EPA) requires professional architect and engineering services to support remedial planning and oversight activities for hard-rock mine sites and mine-related sites in Regions 4, 6, 8, 9 and 10. The services include site management; remedial investigation, feasibility studies; engineering services to design remedial actions; engineering evaluation and cost analysis for non-time critical removal actions; construction management for non-time critical removal actions, and engineering services in overseeing construction; enforcement support, including oversight of remedial investigations/feasibility studies, remedial design and remedial action, and negotiation support; and other technical assistance, including community relations, sampling and analysis support, and pre-design investigations. Services may include technical and management services supporting EPA's coordination and oversight of remedial actions where they are performed by a state, the U.S. Army Corps of Engineers, or responsible parties identified in enforcement actions. Hard-rock mines are defined as non-fuel, metallic and certain non-metallic mining activities that have been found at existing CERCLA response sites. Examples of mine types that are included in this definition include surface mines (open pits, strip mines, dredged mines), underground mines (shafts and tunnels) and/or in situ mines for one or more of the following: Antimony, Arsenic, Asbestos, Chrome, Cobalt, Copper, Cadmium, Gold, Iron, Lead, Magnesium, Mercury, Manganese, Molybdenum, Nickel, Palladium/Platinum Group, Phosphate rock, Platinum, Rare Earth Elements, Selenium, Silver, Sulfur, Tin, Titanium, Tungsten, Uranium, Vanadium, and Zinc. This contract also includes mine-related facilities where the extraction, beneficiation and processing of the above metals and certain non-metallic, non-fuel minerals has occurred, including smelters, mine leachates/runoff, hazardous chemicals (e.g. perchlorate/ANFO from explosives), leaching pond solutions, waste rock/tailings piles, overburden, tailings disposal areas, sediments in stream channels/lakes, tailings impoundments, holding ponds/lagoons, pit lakes, retention dams, injection/extraction wells, etc... This contract excludes certain mine types such as: coal, sand and gravel, dimension stone, crushed stone, clay pits, quarries, and salt. The North American Industry Classification System Code (NAICS) is 562910 with a small business size standard of 500 employees. This procurement envisions the award of one (1) Architect and Engineering Services (AES) contract under a small business set-aside. The contract will be fixed rate, Indefinite Delivery/ Indefinite Quantity (IDIQ), award-term contract. œFixed rate in this procurement means the labor rates will be negotiated and fixed at the contract level, inclusive of indirect costs, with the allowance for escalation for future out-years based on an agreed-upon escalation clause in the contract. The base period of performance will be three (3) years, with award term periods of three (3) years, and four (4) years, for a potential total period of ten (10) years. Work will be issued by Time and Materials, Fixed Price, or Hybrid Task Orders. The total estimated capacity of this proposed contract, including award terms, is $213,831,000.00. This capacity is estimated to be divided between Regions 4, 6, 8, 9, and 10 as follows: Region 4: $2,400,000.00 Region 6: $24,000,000.00 Region 8: $28,740,000.00 Region 9: $135,468,000.00 Region 10: $23,223,000.00 This is a projection only, hence the estimated capacity may differ from the actual realized capacity. The contract will be awarded in accordance with FAR Part 36 and the Brooks Act Procurement procedures. Firms interested in responding to this announcement are invited to submit a completed Standard Form 330 (SF 330) to Fedconnect.net by January 22, 2016 at 5 p.m. PST. Only submissions submitted through Fedconnect will be considered. Responses to this announcement, including SF 330 and all attachments, shall not exceed fifty-two (52) pages of text. No alteration to the SF 330 form is permitted, including alterations in size to unused columns/rows. The print size of the response shall be a minimum of 10 point, Times New Roman font, 8.5 X 11 size paper only, no other size page(s) are allowed. This page limit does not include the cover letter, the front and back cover of the SF 330, table of contents, acronym list, Sections A-D, or Part II of the SF 330. There is no page limitation for any individual section or portion of the SF 330 or attachment(s). Offerors shall follow the instructions for completing the SF 330. The Offerors shall organize the information so as to highlight responses to the Technical Evaluation Factors. An offeror's response that does not comply with instructions will be considered non-responsive. Submit one (1) electronic copy to FedConnect.net. All proposals will be evaluated in an identical manner and in accordance with specified evaluation criteria listed below. In the event that firms propose under a joint venture agreement, the joint venture must meet the definition of a small business joint venture and each firm must independently demonstrate the ability to implement the requirements of the tasks described in the Statement of Work. This announcement is not a Request for Proposal (RFP). In accordance with FAR Part 36.6, following EPA's review of the SF 330, a "short list" of the most highly rated firms will be developed. Short-listed firms will be referred to as "selected firms." Selected firms will be invited to participate in oral presentations. The specific details on the oral presentations will be provided to only the selected firms. Selected offerors should be aware that their overall rating depends on both written submissions and their oral presentations. Following oral presentations, the proposals will then be ranked 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, Conflict of Interest Plan, Quality Management Plan, Health and Safety Plan, and Representations and Certifications. The Government reserves the right to make multiple awards. If the Government elects to make multiple awards, the firms in the competitive range will be informed of the fair opportunity competition process for task orders, at the time the selected firms are asked to submit their cost proposal. The contractor will also be required to have an acceptable accounting system that allows for segregation and tracking of costs. Selection will be based on the following evaluation factors, which are listed in descending order of importance. For those Factors that have sub-factors, the sub-factors are listed in descending order of importance. Factor #1 “ SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE ADDRESSING HARD-ROCK MINE SITES AND MINE-RELATED SITES (AS PRESENTED IN SECTIONS E, F, G, H, AND PART II OF FIRM ™S SF 330) Factor #2 “ PROFESSIONAL QUALIFICATIONS (AS PRESENTED IN SECTIONS E, F, G, H AND PART II OF FIRM ™S SF 330) Sub-Factor #1Technical Personnel Sub-Factor #2Management Personnel Factor #3 “ KNOWLEDGE OF, AND EXPERIENCE WITH, ENVIRONMENTAL REGULATIONS AND PHASES OF THE CERCLA PROCESS, INCLUDING INSTITUTIONAL CONTROLS (AS PRESENTED IN SECTIONS E, F, G, H AND PART II OF FIRM ™S SF 330) Sub-Factor #1Fund-Lead Site Specific Work Areas Sub-Factor #2Enforcement Support Site Specific Work Areas Sub-Factor #3Other Technical Assistance Site Specific Work Areas Factor #4 “ PAST PERFORMANCE (AS ADDRESSED BY THE PAST PERFORMANCE REFERENCES, SECTION F) Factor #5 “ LOCATION IN THE GENERAL GEOGRAPHICAL AREA AND ABILITY TO MAINTAIN APPROPRIATE OFFICE AND STAFF PRESENCE IN REGIONS IV, VI, VIII, IX, AND X. (AS PRESENTED IN SECTION H AND PART II OF FIRM'S SF 330) Factor# 6- CAPACITY TO ACCOMPLISH THE WORK IN THE REQUIRED TIME (AS PRESENTED IN SECTION H AND PART II OF FIRM ™S SF 330) EVALUATION CRITERIA Factor #1 “ SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE ADDRESSING HARD-ROCK MINE SITES AND MINE-RELATED SITES (I.E. SMELTERS), IMPOUNDMENTS, SEDIMENTS, SLUDGES, SURFACE WATER AND GROUNDWATER CONTAMINATION (AS PRESENTED IN SECTIONS E, F, G, H, AND PART II OF FIRM'S SF 330) The offeror shall demonstrate specialized experience and technical competence as it relates to hard rock mines and mine-related site investigation, evaluation, remediation, rehabilitation and restoration including the following areas: Mine Influenced Surface Water and Groundwater (including acid, neutral, and saline drainage) Mine tailings, sediments, sludge, mine tailings/piles Particulates, fugitive dust, hazardous gaseous emissions (e.g. cyanide, hydrogen sulfide) Mercury Mine Investigation and Remediation Active Treatment Systems (e.g. cutoff walls, groundwater pumping, capping, offsite disposal, settling basins, interceptor trenches, run-on controls, stream erosion controls, re-mining, reprocessing, windbreaks, re-vegetation, stabilization, solidification, solvent extraction, soil washing/flushing, etc.) Passive Treatment Systems Waste Reclamation Innovative Technologies (e.g. vitrification, bioremediation) Human Health and Ecological Risk Assessments Stream Restoration Background Investigation (e.g. naturally occurring v. anthropogenic substances) Quality Assurance Procedures, including written standard operating procedures for field, soil, water, air sampling and analysis associated with written Quality Assurance Program and Project Plans Factor #2 “ PROFESSIONAL QUALIFICATIONS (AS PRESENTED IN SECTIONS E, F, G, H AND PART II OF FIRM ™S SF 330) Subfactor #1 “ Technical personnel (i.e.: Environmental Engineer, Chemist, Toxicologist, Ecologist, Hydrogeologist, etc.) Education “ level and focus of degrees or programs completed that affect the firm ™s ability to successfully perform the statement of work. Certifications, licenses, and/or demonstrated experience in the proposed statement of work areas that affect the firm ™s ability to successfully perform the statement of work, and in accordance with all regulations that apply. Subfactor #2 “ Management personnel (i.e.: Program Manager, Finance Manager, Contract Manager, QA Manager, Project Manager, etc.) Education “ level and focus of degrees or programs completed that affect the firm ™s ability to successfully perform the statement of work. Demonstrated experience managing an environmental remediation contract of a similar scope to this acquisition. Factor #3 “ KNOWLEDGE OF, AND EXPERIENCE WITH, ENVIRONMENTAL REGULATIONS AND PHASES OF THE CERCLA PROCESS, INCLUDING INSTITUTIONAL CONTROLS (AS PRESENTED IN SECTIONS E, F, G, H AND PART II OF FIRM ™S SF 330) The offeror shall demonstrate its working knowledge of, and experience in working with the most current environmental statutes and regulations, including the Comprehensive Environmental Response, Compensation and Liability Act (CERCLA) as amended, the Clean Water Act/Oil Pollution Act as amended, the Clean Air Act as amended, the National Contingency Plan as amended, the Toxic Substances Control Act as amended, the National Historic Preservation Act as amended, the Endangered Species Act as amended, and other applicable laws, regulations, guidance, and policies pertaining to the various elements of the Statement of Work. The offeror shall demonstrate how it will implement the requirements of the following tasks as described in the Statement of Work for multiple, and concurrent projects to meet the projects' time lines. Subfactor #1 “ Fund-Lead Site Specific Work Areas Remedial Investigation (RI) Feasibility Study (FS) Remedial Design (RD) Construction Support Long-Term Response Action (LTRA) Non-Time Critical Removal Support (EE/CAs) Non-Time Critical Removal Action (NTCRA) Post-Construction Remedial Action Subfactor #2 “ Enforcement Support Site Specific Work Areas RI Oversight FS Oversight Negotiation Support RD Oversight RA Oversight Removal Oversight Long-Term Response Oversight Operation and Maintenance (O&M) Oversight Litigation Support Post-Construction RA Oversight Subfactor #3 “ Other Technical Assistance Site Specific Work Areas Community Involvement Sampling and Analytical Support Pre-Design Investigation Treatability Study/Pilot Testing Risk Assessment Five-Year Review Specialized Technical Assistance Institutional Controls Factor #4 “ PAST PERFORMANCE (AS ADDRESSED BY THE PAST PERFORMANCE REFERENCES, SECTION F) Reported levels of performance on previous similar projects in the areas of: Quality of Work Schedule Cost Control Business Management Regulatory Compliance EPA is not limited to the past performance references submitted by the offeror. EPA may seek information for this criterion from the offeror's clients it identifies through other means. Past projects will be evaluated on relevancy of work performed and dollar value of the project. For the purposes of this factor, previous projects involving mine sites, or mine-related sites, will be seen as the most relevant type of work and projects above $1 million will be the most relevant dollar value. The technical aspects of previous mine related projects will determine the relevancy, regardless of whether or not the work was performed for EPA or directly on a Superfund site. If proposing as a team, EPA will evaluate the past performance of the individual companies (i.e. prime contractor and subcontractor) and may also evaluate the past performance information that exists for the team. For example, if two offerors have formed a joint venture and past performance information is available for that joint venture based on other projects, the individual companies will be evaluated in addition to the past performance information available for the joint venture. Factor #5 “ LOCATION IN THE GENERAL GEOGRAPHICAL AREA AND ABILITY TO MAINTAIN APPROPRIATE OFFICE AND STAFF PRESENCE IN REGIONS 4, 6, 8, 9, AND 10. (AS PRESENTED IN SECTION H AND PART II OF FIRM ™S SF 330) The offeror shall demonstrate its ability to provide available, experienced and fully trained personnel at the skill levels, disciplines, and quantities to perform the stated volume of work at sites within Regions 4, 6, 8, 9 and 10. Factor# 6- CAPACITY TO ACCOMPLISH THE WORK IN THE REQUIRED TIME (AS PRESENTED IN SECTION H AND PART II OF FIRM ™S SF 330) The offeror shall demonstrate its ability/capacity to staff the contract with experienced trained personnel at the appropriate levels and disciplines in an effective and timely manner. The offeror will be evaluated on current and projected workload commitments. The offeror shall demonstrate how it intends to comply with FAR 52.219-14(c)(1): Services (except construction), at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern. EVALUATION AND SCORING Offerors' responses will be evaluated accordingly: Factors 1, 2, 3, 5 and 6 will be evaluated using the following adjectival rating scheme. Factor 4 will be evaluated through past performance references and receive a commensurate adjectival score. Unsatisfactory = Information related to this factor is addressed, but contains deficiencies and/or weaknesses that can be corrected only by major or significant changes to relevant portions of the proposal, or the factor is addressed so minimally or vaguely that there are widespread information gaps. In addition, because of the deficiencies, weaknesses, and/or information gaps, serious concerns exist on the part of the Architect-Engineer Evaluation Board (AEEB) about the offeror's ability to perform the required work. Marginal = Information related to this factor is incomplete, unclear, or indicates an inadequate approach to, or understanding of the factor. The AEEB believes that there is question as to whether the offer would be able to perform satisfactorily. Satisfactory = Information related to this factor is adequate. Overall, it meets the specifications and requirements, such that the AEEB believes that the offeror could perform to meet the Government ™s minimum requirements. Very Good = Information related to this factor is acceptable, with some superior features. Information provided is generally clear, and the approach is acceptable with the possibility of more than adequate performance. Exceptional = Information related to this factor is superior in most features. All questions related to this acquisition must be submitted electronically to Fedconnect.net no later than November 30, 2015 at 10 a.m. PST. EPA will consolidate the questions and post the answers to Fedconnect.net. Additional information for this requirement may be found on Fedconnect.net. The Placement Contract Specialist for this procurement is Rede Shifferaw and he can be reached at shifferaw.rede@epa.gov or (415) 972-3935. The Placement Contracting Officer for this solicitation is Zachary Slater and he can be reached at slater.zachary@epa.gov or (415) 972-3670.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/RegIX/SOL-R9-15-00006/listing.html)
- Record
- SN03951610-W 20151122/151120234400-69e5e82efe83a076a4aa997a6db777bc (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 |