The RFP Database
New business relationships start here

Architect/Engineer Services (Environmental Compliance)


New York, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Title: Architect/Engineer Services (Environmental Compliance)

General Information


Document Type: Notice of Intent
Solicitation Number: FA87519R0011
Posted Date: 29 MAR 2019
Response Date: 29 APR 2019
Classification Code: C - Architect and Engineering Services (Environmental Compliance)
NAICS Code: 541330 - Engineering services
Set Aside: Total Small Business


Contracting Office Address


Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway, Rome NY, 13441-4514, UNITED STATES



DESCRIPTION


This Notice of Intent is for Architect/Engineer (A-E) services for Environmental Compliance projects and supporting services at or designated by the Air Force Research Laboratory (AFRL), Rome NY, including subordinate field and other supporting sites (Newport, Stockbridge, Verona, - all located in New York State). See Statement of Work (ATTACHMENT 1).


Architect-Engineer (A-E) firm specializing in Environmental Compliance is required for design of miscellaneous environmental compliance projects and supporting services at the Air Force Research Laboratory, Information Directorate (AFRL/RI) and various remote sites (Newport, Stockbridge, Verona, - all located in New York State). Design services required will be in conjunction with environmental compliance type projects, including preparation of drawings, specifications, estimates, and schedules. Required A-E services include capability to respond within 2 hours to emergency requests, and report any spill defined as reportable in the New York State Department of Environmental Conservation's (NYSDEC) spill reporting and notification requirements guidance. Example emergency requests may include responding to chemical/petroleum spills for containment and/or removal, emergency air sampling, and hazardous waste/material identification and removal. Firms must demonstrate the ability to meet the emergency response time. Firms must have ability to coordinate emergency responses with local authorities (Local Fire Departments, Hazardous Material Teams, State and Federal Agencies, etc). Various types of A-E services such as site and/or building investigation, inspection, and testing (air, drinking water, asbestos, lead, PCBs, etc), preparation of studies and reports may also be needed as related to project design. Projects could include various combinations of disciplines such as Natural/Cultural Resource Surveys (Wetlands Inventories, Threatened/Endangered Species Surveys, Remediation along with associated surveys, Archeological/Historical Surveys, Timber Surveys), Real Property Surveys and services, and Pollution Prevention Surveys. Where applicable, geographic information systems (GIS) shall be used and shall be compatible with current Department of Defense (DOD) GIS standards. A-E services shall have the ability to coordinate and provide Real Property Surveys and Services, Tower Inspections, Pollution Prevention Assessments, Environmental Training (Hazardous Waste Operations and Emergency Response (HAZWOPER), Occupational Safety and Health Administration (OSHA), etc.) as well as an ability to work the National Environmental Policy Act process. The A-E services also shall have the ability to complete Hazardous Material/Waste Database Entry and reporting into Environmental, Safety and Occupational Health-Management Information System and Logistics Readiness Toolkit (LRTK) and Air Quality Database entry, and reporting into Air Program Information Management System (APIMS) and environmental restoration reporting into the Environmental Restoration Program Information Management System as well as provide records management for the Environmental program. Ability to conduct or provide oversight for Interim Remedial Measures (IRM) under Comprehensive Environmental Response, Compensation and Liability Act (CERCLA), Resource Conservation and Recovery Act (RCRA), Environmental Protection Agency (EPA), United States Air Force (USAF), DOD, New York State Department of Environmental Conservation (NYSDEC) and any other applicable requirements, is required. IRMs may include indoor and outdoor remediation of soil, groundwater, indoor and outdoor air, industrial cleaning of metals and dusts, etc. A-E firms shall have the ability to design and provide environmental compliance, pollution prevention, conservation and restoration systems, programs and documents based on Federal, State and local requirements, on an as needed basis.


The Government intends to issue a firm fixed-price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract with a five year ordering period. The selected firm must negotiate hourly rates for anticipated disciplines, reproduction, overhead, profit, and other elements. Projects will be issued to the contractor by task orders. The minimum amount to be issued under the contract will be the value of the first task order. The maximum order amount will not exceed $4,500,000 over the five year ordering period.
This solicitation is being issued on a Total Small Business set-aside basis. For information, the NAICS code relevant to this procurement is 541330 with a small business size standard of $15,000,000 average annual revenue. In accordance with FAR 52.219-14 (DEVIATION 2019-O0003), by submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 50 percent subcontract amount that cannot be exceeded. A joint venture agrees that, in the performance of the contract, the applicable percentage of this clause will be performed by the aggregate of the joint venture participants.


EVALUATION AND SELECTION CRITERIA


Potential sources must provide a complete, written SF330, Parts I and II. A SF330 is attached to this solicitation (ATTACHMENT 2) and also can be accessed online in the Forms Library at http://www.gsa.gov.


Offerors must be registered in the SYSTEM FOR AWARD MANAGEMENT (SAM) database to receive a contract award. If the Offeror does not become registered in the SAM database within 4 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror.


The Selection Boards will use the factors listed below to score responses received based on the recommended evaluation parameters. (See ATTACHMENT 3 for details).


(1) PAST PERFORMANCE. Evaluators will award up to 30 points based on the past performance of the firm with respect to their execution of DoD and other contracts, both Government and private. Evaluation parameters will be set to allow points to be awarded based on level of past performance relevant to the requirements of the Notice of Intent. Parameters will range from extensive, for maximum points award, to little/no experience for the least number of points award. (See ATTACHMENT 3 for details.)


Reports of completed DoD contracts listed in the Federal Awardee Performance and Integrity Information System (FAPIIS) will be reviewed for performance on Government contracts. FAPIIS provides users access to integrity and performance information from the FAPIIS reporting module in the Contractor Performance Assessment Reporting System (CPARS) and suspension/debarment information from the Entity Management section of SAM database. FAPIIS will only display integrity and performance information entered on or after April 15 2011. Anything earlier will be verified on the CPARS page at http://www.cpars.gov/.


(2) PROFESSIONAL QUALIFICATIONS. Evaluators will award up to 20 points based on their judgment of the professional qualifications and experience of the prime contractor and other firms submitted as part of the team. (See ATTACHMENT 3 for details.)


(3) CAPACITY FOR TIMELY ACCOMPLISHMENT OF WORK. Evaluators will award up to 10 points in judgement of the capacity of the prime contractor and other firms submitted as part of the team to accomplish the requirements of the Notice of Intent. (See ATTACHMENT 3 for details.)


(4) SPECIALIZED EXPERIENCE. Evaluators will award up to 15 points based on judgment of firms experience relevant to the requirements of the Notice of Intent, with emphasis on projects that required Department of Defense (DoD) and/or United States Air Force (USAF) environmental compliance criteria. (See ATTACHMENT 3 for details.)


(5) LOCATION. Evaluators will award up to 10 points based on the firm's familiarity with work at AFRL/RI, the locality of (Rome, NY) and its local laws and regulations regarding environmental compliance. (See ATTACHMENT 3 for details.)


(6) TWO HOUR RESPONSE TIME. All firms responding to the Notice of Intent will be considered. However, evaluators will award either 5 or 0 points based on the firm's ability to clearly and convincingly demonstrate ability to meet the two hour response time for emergency requests. The firm either passes or fails the demonstration and is given points accordingly. (See ATTACHMENT 3 for details.)


(7) VOLUME OF DOD WORK. Evaluations will consider the volume of work previously awarded to the firm by the DoD in the last 12 months and will award up to 5 points with the objective of effecting an equitable distribution of DoD contracts among qualified A-E firms. Firms with a greater volume of DoD work will be awarded fewer points and vice versa. (See ATTACHMENT 3 for details.)


(8) KNOWLEDGE AND EXPERIENCE WITH GOVERNMENT MANAGEMENT SYSTEMS. Evaluations will consider the knowledge and experience with in-use environmental compliance government programs, such as the ability to complete Hazardous Material/Waste Database Entry and reporting into Environmental, Safety and Occupational Health-Management Information System and Logistics Readiness Toolkit and Air Quality Database entry, and reporting into Air Program Information Management System and environmental restoration reporting into the Environmental Restoration Program Information Management System as well as provide records management for the Environmental program, and use of green design in the environmental compliance, remedial and facility design arenas and will award up to 10 points based on the firms past experience with these specific items.


(9) INTERVIEW/DISCUSSION. The Final Selection Board will award up to 50 additional points to the three highest scoring firms, as determined by the Pre-Selection Board. These 50 points will be awarded on, but not limited to, the following criteria: clear understanding of Statement of Work; examples of outstanding past performance; customer responsiveness; examples of projects completed ahead of schedule; cost control; use of creativeness and imagination in design development; and response to questions from Final Selection Board members. See ATTACHMENT 4 for sample interview questions.


TEAMING AGREEMENTS. The prime contractor shall provide a statement in the cover letter confirming executed teaming agreements are in place for all team members included in the prime's proposal. The statement shall also list all team members.



BASIS OF AWARD:


Submissions of completed Standard Form 330 (SF 330) received in response to the Notice of Intent will be evaluated by a Government board in accordance with the Selection of Architects and Engineers Statute and Federal Acquisition Regulation (FAR) Part 36.6 to determine the most highly qualified firms. Evaluation of past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. Selection of the A/E firms for these contracts will be based on the evaluation factors listed below.


The Pre-Selection Board will use the factors from Criteria 1 through 8 to score responses received based on the recommended evaluation parameters. Not all evaluation factors are of equal weight, with variations from 5 to 30 points. The highest available score from the Pre-Selection Board is 105. Upon completion of the ratings, the chairman totals the scores for each firm, an average (decimals will be rounded to the nearest point unless .5) is then calculated to align with the highest available score listed in the solicitation. The firms are ranked in order by score and three highest scoring firms are invited to the final selection board.


The Final Selection Board will use the factors from Criteria 1 through 9 listed above to score the SF 330 submission from the three firms recommended by the Pre-Selection Board. Each evaluator will read the respective packages and rate the firms based on the recommended evaluation parameters. The Final Selection Board will then further evaluate each firm based on interview/discussion Criteria 8 listed above (worth 50 points). Average scores (decimals will be rounded to the nearest point unless .5) will be calculated to align with the score totals listed in the solicitation. The highest available score from the Final Selection Board is 155. The average final selection board scores will be added to the average pre-selection board scores to arrive at a total point value to determine the order of recommending the preferred candidates to the Selection Authority. The overall highest available score for selection is 260.

Submit all questions in writing to Richard Childres at richard.childres@us.af.mil.


Firms that meet the requirements described in this announcement are invited to submit their completed SF330 to the attention of Richard Childres, AFRL/RIKO, 26 Electronic Parkway, Rome NY, 13441-4514, rrchard.childres@us.af.mil and courtesy copy to John Haberer, john.haberer@us.af.mil . Firms must submit two (2) copies in paper, hardcopy form of response. E-mail responses will be accepted separate from but not as substitute for paper, hardcopy form. The SF 330 must be received by 3:00 PM EST 29 APR 2019 to be considered for selection.


 


Point of Contact


Richard Childres, Phone 315-330-4194, Fax 315-330-2555, Email richard.childres@us.af.mil


Richard C Childres, Contract Specialist, Phone 315-330-4194, Fax 315-330-2555, Email richard.childres@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP