The RFP Database
New business relationships start here

A-E Environmental Services (NE Area)


District Of Columbia, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

 
INDEFINITE QUANTITY CONTRACT - ENVIRONMENTAL SERVICES AND MINOR RELATED CONSTRUCTION

SOLICITATION NO. 104267-19-A-0007 (NE AREA)


The US Postal Service is seeking services for the performance of environmental services including, but not limited to:

•-    investigative surveys and reports, including environmental due diligence and regulatory response;

•-   development of environmentally-related scopes of work, design specifications and cost estimates;

•-    site remediation activities;

•-    industrial hygiene services, including but not limited to a focus on asbestos-containing materials, lead-based paint, mold and indoor air quality;

•-   procurement and submittal of environmental permits and related reports;

•-   hazardous waste management and disposal services;

•-   emergency response, including but not limited to facility condition assessments and environmentally-related corrective measures; and

•-   minor environmentally-related construction.


These services will cover leased and owned facilities in the following states: CT, MA, ME, NH, RI, VT, NY & NJ.  Contractors must also be able to support and manage tasks in the Caribbean, specifically Puerto Rico and the Virgin Islands.  


The IDIQ contracts will have a minimum value of $10,000 which represents the minimum value of work the Postal Service is required to order and the contractor shall deliver under each IDIQ contract. The maximum amount of work which may be required from any one work order (aka task or delivery orders) under this contract is $9,900,000.  However, the total amount of all Work Orders under all contracts awarded under this solicitation shall not exceed $9,900,000 for the 10 year period of performance.  The awarded contracts will have a two-year base ordering period with four (4) two-year options. The base (master agreement) IDIQ contract will establish the terms and conditions within which work will be performed, and under which individual project-specific work orders will be issued. Projects/Service are issued on an "as needed" basis.  Per the terms and conditions of this solicitation the Postal Service reserves the right to compete work orders among some or all suppliers holding contracts for the same or similar services and the decision to compete orders lies solely with the Postal Service and is not guaranteed.


Contracts may be awarded for one state, multiple states, or all the aforementioned states.  The USPS reserves the right to select more than one firm.  Firms, which possess the qualifications to perform the services described, are invited to submit a completed Offerors Package no later than: April 1, 2019 @3pm EST.  

Interested firms MUST send an email including the firm name, area of interest (Ex. NJ) and a point of contact to Tisha.D.Gandy@usps.gov. A copy of the solicitation and instructions detailing how to submit your proposal will be provided upon receipt of the requested information. Requests made via PHONE WILL NOT BE ACCEPTED.


The ability to meet selection criteria will be established for a firm or specific branch office of a firm with a combined use of the Standard Form 330, Architect-Engineer Qualifications, Part I: Contract-specific Qualifications and Part II: General qualifications of a firm or a specific branch office of a firm. In addition, firms will be required to address ALL evaluation criterion listed in the solicitation package. A separate Part II will be required for each branch office AND each Consultant that has a key role on the team. Contrary to the general instructions, this office does not maintain a file of Part II submittals due to space limitations.  In Part I, you must limit the number of projects listed to ten (10) projects only.  There is no page limit for the SF330's; however the evaluation criterion are limited to a total of 30 pages. All submissions must be in Adobe format. Paper submissions are NOT required and will NOT be accepted for this solicitation.


Interested firms with more than one office must indicate on their SF330 the staffing composition of the office in which the work will be performed.  Consideration will only be given to firms responding to this advertisement that have main or branch offices located in the states of CT, MA, ME, NH, RI, VT, NY & NJ (the primary service area whereas Puerto Rico and Virgin Islands support would be from a branch office).  Engineering firms will be considered as local if their sole office is in the service area or they have a local branch office in the service area and all of the civil/ environmental engineering, professional services, coordination, and management of the project will be performed in that office.  The geographic location of the consultants is restricted to the defined service area.  The minimum acceptable registered professional compliment of the prime firm is two (2) of each title:  Professional Engineer (Civil or Environmental); Registered Professional Geologist; and Certified Industrial Hygienist.  Further, consultants shall have at least one (1) state-licensed environmental site professional as applicable (e.g. - CT Licensed Environmental Professional; NJ - Licensed Site Remediation Professional; MA - Licensed Site Professional).    Proof of licensure is required at contract award. 


Following an initial evaluation of submitted documents, several firms in the geographic area may be selected for further consideration.   Firms must have a minimum of three (3) years' experience in the field of environmental consulting and must possess the capability of working at least three to four jobs at the same time. 


All offerors must have a sufficiently staffed office within the above-specified area.  Any offeror outside of the specified area(s) will be disqualified from further consideration.


Contractors must possess all proper certifications as required by federal, state and local laws. 


The contract will contain a requirement for firms to provide evidence of current insurance.  MBE/WBE participation is encouraged.  Submissions will not be returned or retained. 


It is prohibited to pay any fee, commission, percentage or brokerage fee to any person or firm contingent upon, or resulting from award of a contract.


Submission Requirements

 A-E Qualifications must be submitted on Standard Form 330(SF330), revised 8/2016. It may be obtained from the U.S. General Services Administration (GSA) Form Library at the following website: https://www.gsa.gov/forms-library/architect-engineer-qualifications

The SF330 Parts I and II shall include any information the firm feels may be of benefit to it in the evaluation and selection process. The eight (8) pages of instructions are not required to be submitted as part of the SF 330. The SF330 shall be completed in accordance with the instructions provided in the form and any additional instructions provided in the solicitation.     

A-E firms must have a DUNS number. Include firm's DUNS number in SF330 PART I, Section B, Block 5. A DUNS number may obtained by calling Dun and Bradstreet at 866-705-5711 or via the internet at https://fedgov.dnb.com/webform.

One electronic Offerors Package in PDF format is required to participate in this solicitation. All offerors MUST submit their proposals via the USPS SLFT portal. Offers not received through this platform WILL NOT BE CONSIDERED. Details on how to submit your proposal will be included with solicitation.

You must email Tisha.d.gandy@usps.gov to obtain access to this solicitation.


Tisha D. Gandy, Purchasing & Supply Mgmnt Specialist, Phone 2022685835, Email tisha.d.gandy@usps.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP