Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 27, 2018 FBO #5909
SOLICITATION NOTICE

C -- Indefinite Delivery Contract (IDC) C-212 for Architect-Engineering (A-E) Services for completing the activities described in the Historic Area Remediation Site (HARS) Site Management and Monitoring Plan (SMMP) - Attachment

Notice Date
1/25/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, New York, Attn: CENAN-CT, 26 Federal Plaza, New York, New York, 10278-0090, United States
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS18AE0003
 
Point of Contact
Shantae Molllison, Phone: 9177908073, Nicholas P. Emanuel, Phone: 9177908069
 
E-Mail Address
Shantae.Mollison@usace.army.mil, Nicholas.P.Emanuel@usace.army.mil
(Shantae.Mollison@usace.army.mil, Nicholas.P.Emanuel@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment Announcement Information for Architect-Engineer (A-E) Services IDC OPS-083: Indefinite Delivery Contract for Scientific and Engineering Support Services associated with dredged material transport and placement at the Historic Area Remediation Site (HARS) and artificial reefs off the coasts of New York and New Jersey. 1. CONTRACT INFORMATION: This contract is procured as a small business set-aside. The NAICS Code is 541330. The size standard is $15 million average annual receipts for preceding three fiscal years. The number one ranked small business firm will be selected for negotiations based on demonstrated competence and qualifications for the required work. The length of the indefinite Delivery Contract (IDC) is a maximum of 60 months and will not include optional time periods. The total capacity of the contract will not exceed $5,000,000. Task Orders will be issued by negotiated firm-fixed-price; however, in non-standard cases, time and material task orders will be issued when a quicker response time is needed. Task orders will be issued under the terms and conditions of this IDC contract. The government guarantees a minimum seed task order with a minimum value of $4,000 for the basic contract. The selected small business firm A-E firm will need to demonstrate capability to perform at least 51% of the contract work listed below in accordance with EP 715-1, Chapter 3-8 c which can be found at http://www.publications.usace.army.mil/Portals/76/Publications/EngineerPamphlets/EP_715-1-7.pdf?ver=2013-08-22-094139-520 In particular, in order to be awarded a small business contract the concern will perform at least 51 percent of the cost of the contract incurred from personnel with its own employees. "Any subcontractor and outside associates or consultants required by the contractor (prime A-E firm) in connection with the services covered by the contract will limit to individuals or firms that were specifically identified and agreed to during negotiations the contractor shall obtain the Contracting Officer's written consent before making substitutions for these subcontractors, associates or consultants". If a substitution is necessitated by illness, death, or termination of employment for whatever reason, the selected A-E firm shall notify the Contracting Officer in writing within 15 calendar days after the concurrences of any of these events and provide the following information to the Contracting Officer: Required information for substitution necessitated by illness, death, or termination of employment for whatever reason: The contractor shall provide a detailed explanation of the circumstances necessitating the proposed substitution, complete resumes for the new proposed substitutes, and any additional information requested by the Contracting Officer. Proposed substitutes should have comparable qualifications or better qualifications to those of the persons being replaced. The Contracting Officer will notify the contractor within 15 calendar days after receipt of all required information of the decision on substitutions. Approximate award date: September 2018 The wages and benefits of services employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employee's office location (not of the location of the work). To be eligible for a contract award, the firm must be registered in the DoD Central Contractor Registration (CCR). Registered via the CCR Internet site at http://www.ccr.gov or by contacting the DoD Electronic Commerce Information Center at 1-800-334-3414. 2. PROJECT INFORMATION: On September 29, 1997, the U.S. Environmental Protection Agency, Region 2 (EPA) de-designated the New York Bight Dredged Material Disposal Site, also known as the Mud Dump Site (MDS), and simultaneously designated the Historic Area Remediation Site (HARS). This action was the culmination of more than a year of cooperation and coordination between the White House Administration, the Department of the Army, the Environmental Protection Agency and the Department of Transportation. The MDS was designated in 1984 for the disposal of dredged material from navigational dredging and other dredging projects associated with the Port of New York and New Jersey and nearby harbors, by EPA, under its authority provided by the Marine Protection, Research and Sanctuaries Act (MPRSA) (62 FR46142). Historically, the NY Bight Apex had been utilized for ocean disposal of dredged material and a variety of waste products since the 1800s (USACE/USEPA 2010). The HARS is managed to reduce the impacts of historical disposal activities at the MDS and surrounding area to acceptable levels (in accordance with 40 CFR 228.11©), and is remediated with uncontaminated dredged material (i.e. "Remediation Material") that meets current Category I standards, and will not cause significant undesirable ecological effects, including through bioaccumulation (62 FR 46142). The remediation consists of placing at least a one (1) meter "cap" layer (i.e. minimum required cap thickness) of acceptable dredged material on top of the existing surface sediments within the nine (9) Priority Remediation Areas (PRAs) of the HARS. The HARS (which includes the 2.2 square nautical mile MDS) is an approximately 15.7 square nautical mile area located approximately 3.5 nautical miles east of Sandy Hook, New Jersey and 7.7 nautical miles south of Rockaway, New York. The HARS (Figures 1 and 2) includes the following three areas: • Priority Remediation Area (PRA): A 9.0 square nautical mile area to be remediated with at least 1 meter of Remediation Material. The PRA encompasses an area of degraded sediments. • Buffer Zone: An approximately 5.7 square nautical mile area (0.27 nautical mile wide band around the PRA) in which no placement of the Material for Remediation will be allowed, but which may receive Material for Remediation that incidentally spreads out of the PRA. • No Discharge Zone: An approximately 1.0 square nautical mile area in which no placement or incidental spread of Material for Remediation is allowed. The U. S. Army Corps of Engineers (USACE), New York District (NYD) is responsible for managing dredged material placement at the HARS. In conjunction with the regional office of the EPA (Region II), NYD prepared a Site Management and Monitoring Plan (SMMP) of the HARS in 1997 (updated in 2010), in accordance with MPRSA 102 (c)(3)(B), which identifies a number of actions, provisions and practices to manage remediation activities and monitoring tasks (USACE/USEPA 1997). The SMMP (USACE/EPA 2010) encompasses, through tiered selection criteria, precision bathymetric surveying, side-scan sonar analysis, sub bottom seismic profiling, surface and subsurface sediment collection and analysis (photography, benthic community structure analysis, grain size, chemical characteristics and toxicity, bioassays and bioaccumulation studies), water quality analysis, oceanographic and sedimentological process studies. The SMMP recommends that a complete bathymetric survey of the HARS be performed annually, in order to periodically assess the extent to which the HARS has received remediation material coverage. The SMMP is being used as a guideline to manage placement of dredged material at the HARS, to ensure efficient construction of the minimum 1-meter sediment cap, and to monitor changes at the HARS while remediation activities occur and, ultimately, to ensure remediation has been completed. Investigation of alternative locations for ocean placement of dredged materials may be necessary, during the final years of HARS remediation, and after HARS remediation is completed. This contract will be used to complete the activities described in the HARS SMMP, and related activities, in a timely, technically sound, and cost effective manner. Additionally, this contract will allow data collection associated with the investigation of future sites in the New York Bight for ocean placement of dredged materials. Artificial reefs, used for placement of dredged rock, and the Sea Bright Offshore Borrow Area, used for placement of uncontaminated sand, may also be monitored through this contract. New York District is issuing this solicitation for award of one (1) contract. This contract must maintain data continuity between previous work at the HARS and all subsequent data collection. Task orders issued against this contract will be utilized for collection and analysis of data associated with activities described in the HARS SMMP, and related activities from areas within and/or adjacent to the HARS and the New York Bight, including: (1) conducting high-resolution multi-beam bathymetric surveys, (2) conducting side-scan sonar surveys, (3) collecting photographs of the sediment surface and sediment profiles using SPI technology, (4) collecting and analyzing sediment vibracores, (5) collecting bottom sediment samples for shipment to an approved laboratory for toxicity analysis, (6) collecting basic oceanographic data within the New York Bight, (7) collecting surface and sub-surface sediment samples for shipment to an approved laboratory for chemical analysis, and (8) conducting benthic community structure analyses. Task orders may be issued on short notice and with limited periods of performance. Special qualifications include, but are not limited to: capability and experience with precision hydrographic surveying, sediment profile imagery collection and analysis, geotechnical data collection and analysis, monitoring of marine habitats, environmental testing and analysis, Geographic Information Systems (GIS) use and formatting of GIS data, GIS metadata preparation, and preparation of studies and reports. The contractor must be familiar with current U.S. Army Corps of Engineers regulations, guidelines, and procedures. The contractor must also have the capability to manage and supervise other contractors and demonstrate the ability to handle the large volume of work under strict deadlines. The contractor must also be capable of providing monitoring data in formats compatible with the GIS software used by NY District. The contractor must demonstrate in the submittal its plan for successful quality assurance and integration of all disciplines to insure that a quality product is produced. Supervisory and/or key personnel should have advanced college degrees in an appropriate discipline or Hydrographic Surveyor certification, and should have experience in the following: (1) scientific planning (2) budgeting (3) marine field work (4) hydrographic surveying, (5) map preparation, (6) geotechnical data collection and analysis, (7) oceanographic data collection and analysis, (8) sedimentological studies, (9) biological and chemical assessment, (10) benthic community analysis (11) GIS software development and GIS data management, and (12) report preparation. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a through e are primary selection criteria. Criteria f and g are secondary selection criteria and will only be used as tiebreakers among technically equal firms. Primary Selection Criteria: The firm is required to have the following capabilities: a. Specialized knowledge, technical competence, ability, and experience in: 1. Demonstrate knowledge of estuarine and fluvial processes, coastal oceanography, and continental shelf processes. (physical, geological, biological, chemical) 2. Demonstrate knowledge of physical, geological, and chemical properties of fluvial, estuarine, coastal, and shelf sediments typical of the U.S. Atlantic coast. 3. Demonstrate knowledge of aquatic, atmospheric, and terrestrial environmental conditions of a major coastal/estuarine urban/industrial area. 4. Demonstrate professional (Ph.D. or equivalent) level ability in areas of science related to dredged material and disposal. 5. Demonstrate ability to perform geophysical field surveys utilizing analog/digital acoustic acquisition techniques (i.e., hydrographic, side-scan sonar imaging, sub-bottom profiling, etc.). 6. Demonstrate ability to conduct long-term measurements of tides, waves, currents, and suspended sediments using instrument arrays. 7. Demonstrate ability to acquire and analyze Sediment Profile Imagery. 8. Demonstrate ability to collect sediment cores (typically vibracores), and conduct chemical and sedimentological analyses. 9. Demonstrate ability to conduct comprehensive biological resource studies of marine and estuarine invertebrates, fisheries resources including marine and estuarine larval, juvenile and adult finfish and shellfish. 10. Demonstrate ability to perform quantitative laboratory analysis of aquatic sediments for determination of a wide variety of organic and inorganic chemical species. 11. Demonstrate ability to statistically interpret field data from chemical, biological, and geological studies. 12. Demonstrate ability to conduct sediment toxicity tests, bioassays, bioaccumulation studies, and water quality analysis. 13. Demonstrate ability to conduct field investigations from a variety of platforms: standard research vessel, small craft, aircraft, etc. 14. Demonstrate ability to analyze tide, wave, current, and other time-series data to properly filter noise and implement corrections, analyze trends, and provide useable results 15. Demonstrate ability to use innovative strategies/techniques to solve a scientific problem. 16. Demonstrate ability to present scientific data and analyses through written reports and oral presentations. 17. Demonstrate knowledge of engineering principals related to oceanographic/estuarine/fluvial processes and sediments. 18. Demonstrate knowledge of engineering principals related to construction, maintenance, and monitoring of aquatic and upland dredged material disposal sites. 19. Demonstrate knowledge of the specific Federal and State statutes related to dredged material Activities. 20. Demonstrate knowledge of U.S.Army Corps of Engineers national Dredged Material Program. 21. Demonstrate ability to modify/maintain existing ARCView/GIS applications and databases as they pertain to dredging and dredged material disposal and monitoring. 22. Demonstrate ability to produce two and three dimensional physiographic relief maps, sediment accumulation contoured difference maps, contoured bathymetric maps, seafloor surficial sediment distribution data using digital side-scan sonar technology and vertical imaging data using digital sub-bottom profiling, collect and store all field data electronically in GIS formats and submit data in either printed maps or electronic format. 23. Demonstrate ability to collect precise and accurate multi-beam hydrographic data. 24. Demonstrate ability to use a computer programming language to develop analytical tools and numerical models used to solve scientific/engineering problems related to dredging and dredged material disposal. 25. Demonstrate ability to innovatively solve engineering problems related to dredging, dredged material disposal, or monitoring. 26. Demonstrate experience in the scientific activities associated with dredging and dredged material disposal, including management practices and monitoring techniques. 27. Demonstrate expertise and experience in conducting Sediment Profile Imagery surveys, analysis, and interpretation 28. Demonstrate experience in conducting sediment toxicity surveys. 29. Demonstrate experience in addressing issues associated with the regulation, operations and management of inland and coastal dredging and disposal activities including upland dredged material disposal sites. 30. Demonstrate experience in performing biological, chemical, and geological evaluations of dredged sediments proposed for discharge in both inland and ocean waters of the United States and in upland disposal facilities. 31. Demonstrate experience in collecting, processing, and analyzing a variety of oceanographic, geological, biological and chemical data sets. 32. Demonstrate experience in preparing scientific technical reports. 33. Demonstrate experience in conducting hydrographic surveys. 34. Demonstrate experience in preparing and analyzing GIS data and maintaining GIS databases. 35. Demonstrate experience in writing software for engineering and/or scientific analysis. 36. Demonstrate experience in the regulation, operations and management of dredging and disposal activities in open water. 37. Demonstrate experience in construction, maintenance, and monitoring of dredged material disposal sites. 38. Demonstrate experience in preparation of engineering technical reports. 39. Demonstrate expertise and experience in conducting benthic habitat assessments b. Professional Qualifications: Consideration will only be given to firms that assemble a team of in-house and/or consultants with a professional staff consisting of the following disciplines: NOTE: Resumes must be provided for each discipline. (1) Project Manager (P.E. license/registered) (2) Oceanographer (3) Biologist (4) Ecologist/Environmental Scientist (5) Sedimentary Geologist (6) Hydrographic Surveyor (P.E. License/registered) (7) Sediment Profile Imagery Analyst (8) GIS Specialist (Geographer/Cartographer/Geospatial Data Analyst) (9) Benthic Habitat Assessment Analyst (10) Technical Writer The evaluation will consider education, registration, and training and overall and relevant experience using information from Section E of the SF 330. The SF 330 includes a matrix in Section G showing experience of the proposed lead scientists on the projects listed in Section F of the SF 330. c. Past performance on DoD and other contracts with respect to cost control, quality of work and compliance with performance schedules, as determined from references, other sources and ACASS. Letters of recommendation from customers addressing your firms cost control, quality of work and schedule compliance capabilities may be included in Section H of the SF 330. Letters should be for projects of a similar nature and shall be no older than three years to be considered. d. Capacity: In an effort to expedite the selection process, the submitters are required to demonstrate how they will complete the work within the time parameters of the project given the employee capacity of the team. The evaluation will consider the availability of an adequate number of personnel in all key disciplines. The evaluation will look at numbers listed in Part II of the SF330 to evaluate the overall capacity of the team. Include Part II form of the SF 330 for each firm and each office of each firm that is part of the proposed team. e. Knowledge of the locality in the general geographical area of the New York Bight. The evaluators will look at the specific experience of the listed key discipline lead scientist (one per discipline) as stated in Section E of the SF 330. Secondary Selection criteria: f. Geographic proximity of the firm's office(s) in relation to the HARS. g. Volume of DoD contract awards in the last 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including small business, Veteran-owned small business, service- disabled small business, HUBZONE small business, disadvantaged small business, woman-owned small business, minority institutions, and firms that have not had prior DoD contracts. 4. SUBMISSION REQUIREMENTS: Cover letters shall be limited to no more than three (3) pages. Interested prime firms having the capabilities to perform these services must submit three (3) copies and one (1) CD copy in PDF format of a comprehensive SF 330 (08/2016 edition), which includes all sub-consultants information.The SF 330 can be found on the following GSAweb-site: http://www.gsa.gov/portal/forms/download/116486 The forms can be downloaded in a.pdf file type. Each key office on the team should indicate DUNS # in Block 4 of Part II of the SF330. Include the prime firm's DUNS number in Block H, SF 330. Total submittal page limitation is 75 pages. Section E is limited to 40 pages. Section F is limited to 10 pages. Each page shall be numbered. Section dividers don't count towards overall page limit. Submittals not following these instructions, may not be evaluated by the Board. Supplemental information on the SF 330 is posted on the New York District USACE website http://www.nan.usace.army.mil/Business-With-Us/ The selected A-E firm will need to be familiar with the Architect- Engineer Contract Administration Support System (ACASS). The ACASS system is a web-based application that is accessed via internet website http://cpars.gov. Include the prime firms ACASS number in Block H, SF330. For ACASS information, call (503) 808-4590. Government solicitation. For information, visit the CCR website at http://www.bpn.gov/CCRINQ/scripts/search.asp. Firms must be registered in the Online Representations and Certifications Application (ORCA) in order to be eligible to receive an award from any Government solicitation. For more information, visit the ORCA website at http://orca.bpn.gov. NAICS Code is 541330. Submit three (3) completed SF330s to: Attn: Mr. Stephen DiBari, P.E. CENAN-EN-M US Army Corps of Engineers, NY District 26 Federal Plaza, Room 2037 New York, NY 10278 Submittals will not be accepted after 5:00 pm on the original response date shown in the advertisement in the FedBizOps. If the original response date falls on a Saturday, Sunday, or a Federal Holiday, the response date will moved to the next business day. Facsimile transmissions of the SF330 will not be accepted. For questions regarding this contract, contact Stephen DiBari at 917-790-8384 or e-mail: Stephen.Dibari@usace.army.mil. If a Pre-Selection meeting is required, notifications will not be sent after approval of the pre-selection. Notification of all firms will be made within ten (10) calendar days after selection approval. In addition to the two (2) items listed above, the remaining info on Release of information on firm selection shall be in accordance with UAI SUBPART 5.4 (USACE ACQUISITION INSTRUCTIONS). To be eligible for contract award, a firm must be registered in the System for Award Management (SAM). Register via the SAM Internet site at http://www.fsd.gov or by contacting the SAM Customer Service Desk at 1-866-606-8220. Interviews (discussions) will be held with all the most highly qualified firms as required by FAR 36.602-3(c). All firms will be interviewed by the same method (telephone, video teleconference or in person). Firms will be given sufficient advance notice to allow representatives to participate in the interviews or presentations. All firms will be asked similar questions. The questions will be related to the announced selection criteria including but not limited to, their experience, capabilities, capacity, organization, management, quality control procedures and approach for this project.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS18AE0003/listing.html)
 
Place of Performance
Address: Historic Area Remediation Site (HARS), United States
 
Record
SN04800335-W 20180127/180125231720-b09c9fbd6e38d415b9eca178d197f8bc (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.