The RFP Database
New business relationships start here

HTRW A-E SERVICES IDIQ - Small Business


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

Architect-Engineering Services (Small Business)
C-ARCHITECT-ENGINEERING SERVICES for HAZARDOUS TOXIC AND RADIOACTIVE WASTE (HTRW) PROJECTS, VARIOUS LOCATIONS IN THE CORPS' NORTH ATLANTIC DIVISION (ME, NH, VT, MA, CT, RI, NY, PA, NJ, DE, MD, VA, WV, AND THE DISTRICT OF COLUMBIA [PRIMARILY IN ME, MA, CT, RI, NH, VT, NY and NJ]

1. CONTRACT INFORMATION: Up to six (6) contracts are being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. Work will primarily be performed within the boundaries of the New England (ME, MA, CT, RI, NH, VT) and New York Districts (NY and NJ), but work may also be required at other locations within the boundaries of the North Atlantic Division and assigned mission areas (ME, NH, VT, MA, CT, RI, NY, PA, NJ, DE, MD, VA, WV, and The District of Columbia). Up to six (6) Indefinite Delivery/Indefinite Quantity Contracts (ID/IQs) will be negotiated and awarded with a five-year ordering period. Work will be issued using performance based strategies where possible under each task order. Separate task orders will be required to execute the work. Task orders will be negotiated on a firm-fixed price basis. The amount of two of the contracts, which are set aside for small businesses only, will not exceed $6,500,000 each. There will be up to four (4) remaining contracts, each of which will not exceed $3,000,000 each. These are set aside for a pool of socioeconomic small businesses that will include Service-Disabled Veteran-Owned small businesses/firms (SDVOSB), Women-Owned small businesses/firms (WOSB), and/or 8(a) small businesses/firms. Small businesses for this contract action are defined under the North American Industry Classification Code (NAICS) of 541330, which specifies that the firms have no more than $15,000,000 in average annual receipts over the past three fiscal years.
The minimum guarantee amount over the life of the contracts is $20,000 for each of the two $6,500,000 contracts and $10,000 for each of the $3,000,000 contracts.
2. PROJECT INFORMATION: The work includes, but is not limited to study, investigation, design and construction phase engineering services for HTRW sites/projects located anywhere within the boundaries of the North Atlantic Division, and other mission areas as assigned. The sites may be:
a. Currently owned or controlled by the Federal Government, either military or civilian agencies,
b. Formerly Used Defense Sites (FUDS),
c. Formerly Utilized Sites Remedial Action Program (FUSRAP) sites,
d. Superfund Sites in support of the U.S. Environmental Protection Agency (USEPA), or
e. Other sites where the USACE is authorized to perform HTRW studies, investigations, designs, or incidental environmental remediation services in support of remedial actions and long-term operation and maintenance (O&M).


3. SELECTION CRITERIA: Selection criteria are listed below in descending order of importance. Criteria (a) through (f) are primary factors, criteria (g) is a secondary factor and will only be used as, a 'tie-breaker', among firms that are essentially and technically equal. Bullets listed under each of these criteria are listed in no particular order of importance.
a. Specialized Experience and Technical Competence (FAR 36.602-1(a)(2)). Section F and Section H of the SF330 will be used to evaluate this criteria. Firms should demonstrate experience and technical competence in the following:

- Implementing and executing HTRW projects in all phases of the CERCLA process,
- Soil and sediment investigation,
- Geological, geotechnical, and geophysical investigations,
- Groundwater investigation,
- Vapor intrusion investigation and mitigation techniques,
- Environmental chemistry data collection, analysis, management and interpretation (Offerors are required to provide analytical chemistry testing capability that is accredited by the -Department of Defense (DoD) Environmental Lab Accreditation Program (ELAP)),
- Experience preparing Quality Assurance Project Plans (QAPP) in accordance with Uniform Federal Policy (UFC),
- Toxicology, Human health and ecological risk assessments,
- Environmental investigation and cleanup within local, state, and Federal regulatory requirements to include interaction with regulatory agencies (authorities),
- Evaluation and Design of remediation strategies,
- Optimization or operation and maintenance of HTRW remedial actions,
- Groundwater modeling (to include contaminant fate and transport assessment),
- GIS capabilities including GIS submissions in ArcGIS shapefile or Geodatabase format,
- Community outreach and risk communication to include support to Restoration Advisory Boards,
- Preparing design deliverables in either MicroStation or AutoCAD format. Note: The government will only accept these formats. All delivered CAD files shall be in compliance with the current version of the A/E/C CAD Standard,
- Preparing specifications for construction contracts using a personal computer based software package. All specifications for Corps of Engineer (COE) contracts will be prepared using Unified Federal Guide Specifications and SPECSINTACT, or
- Preparing work and construction cost estimates with Micro Computer Aided Cost Estimating System (MCACES) or Remedial Action Cost Estimation Reporting system (RACER) and Life Cycle Cost Analysis methodology.


b. Professional Qualifications (FAR 36.602-1(a)(1)). Identification, qualifications (professional registration/licensure/certification and education) and experience of engineering and scientific personnel to accomplish HTRW investigations, feasibility studies, designs, remediation oversight and/or optimization assignments. Section D, Section E and Section H of the SF330 will be used to evaluate this criteria.
(1) The firm shall have on staff (or provide through a consultant[s]) personnel with Professional Engineering licensure in one of the six New England District states (ME, NH, VT, MA, CT, and RI) or NY/NJ, and a Licensed Site Professional (LSP) in Massachusetts, a Licensed Environmental Professional (LEP) in Connecticut, and a Licensed Site Remediation Professional (LSRP) in New Jersey. The firm should also include a statement that they have the ability with their staff or through their consultants to obtain Professional Engineering licensure in ME, NH, VT, MA, CT, RI, NY, PA, NJ, DE, MD, VA, WV, and The District of Columbia.
(2) Resumes demonstrating experience and associated qualifications are required for the following disciplines. The evaluation will consider education, training, licensure, registration, certifications, and relevant experience and longevity with the firm. The firm shall submit resumes identifying key personnel for each of the following disciplines:


- Project Manager (two (2) resumes required, one for each individual offered);
- Civil, Environmental Engineer, or Process Engineer;
- Geologist;
- Hydrogeologist;
- Chemist;
- Human Health Risk Assessor;
- Ecological Risk Assessor;
- Industrial Hygienist;
- Licensed Site Professional (LSP) in Massachusetts;
- Licensed Environmental Professional (LEP) in Connecticut; and
- Licensed Site Remediation Professional (LSRP) in New Jersey.
c. Work Management and Teaming (FAR 36.602-1(a)(6). In the SF 330, Section H, the firm shall address their proposed work management and teaming. The firm should describe the firm's proposed work management approach for this contract including team composition and roles of each subcontracted firm. The firm should also address relevant experience working with each of the subcontractors, the firm's procedures for ensuring the quality of work performed by the firm and its subcontractors; and the firm's procedures for cost and schedule control. Section C, Section D, Section G and Section H will be used to evaluate this criteria.
d. Capacity (FAR 36.602-1(a) (3)). The firm must describe its plan for successfully executing multiple task orders concurrently while maintaining quality and schedule. A firm shall be evaluated on the available capacity of key personnel from the prime firm and its teaming consultants. Refer to FAR 52.219-14 Limitation of Subcontracting. Therefore, the prime contractor shall be able to self-perform over 50% of the value of the IDIQ contract. This criteria will be evaluated based on information in Section H and Part II of the SF330. Small Businesses will be evaluated if they can self-perform 50% of a $6.5 Million IDIQ contract; socioeconomic small businesses will be evaluated if they can self-perform on either a $6.5 Million or a $3.0 Million IDIQ contract.
e. Past Performance (FAR 36.602-1(a) (4)). The firm shall possess a good record of past performance on contracts with respect to cost control, quality of work, and compliance with performance schedules, as determined by Past Performance Information Retrieval System (PPIRS) and/or other sources. NOTE: PPIRS is the system in which the Contractor Performance Assessment Reports (CPARS) are stored.
The Government will retrieve and evaluate the CPARS reports, if available, for the first three projects provided in Section F, as these projects should be the most relevant project examples provided. (Note a CPARS report will not be available in PPIRS if the contractor has not yet completed their portion of the CPARS.) If the project/s is/are not a federal project or a CPARS report is not available, the firm shall complete Part I of the Past Performance Questionnaire, send it to the customers for these three projects to complete Part II of the Past Performance Questionnaire, request the completed form in a sealed envelope from the customer and submit it in the sealed envelope with the SF330 submission. A blank Past Performance Questionnaire can be found attached to this synopsis/solicitation.
The contractor should provide the full contract number and task order number (if applicable) for any Federal contract listed in Section F of the SF330. The evaluation board may seek information on past performance from other sources, but is not required to seek other information on the past performance of a firm, if none is available from CPARS or if no Past Performance Questionnaire is provided.
If little to no relevant past performance data (CPARS reports, Past Performance Questionnaires or information in Section H) is available for the three most relevant projects, the Contractor may be given a neutral evaluation regarding past performance.
f. Knowledge of Locality (FAR 36.602-1(a)(5). The board will evaluate a firm's knowledge and experience with geological features and the state/ local regulatory agencies. Work under these contracts may be in a widely dispersed geographic area, therefore, responding firms should demonstrate the extent of their capabilities to serve projects located throughout the USACE NAD. The basis of the evaluation will be the information in Sections F and H of the SF 330.
g. Volume of DoD Contract Awards (DFARS 236.602-1(a)(6)(A)). Firms shall indicate in Section H of the SF330 the volume of DoD A-E contracts awarded to the prime (or JV) in the last 12 months. This information will be verified and updated during the interviews with the most highly qualified firms.
4. SUBMISSION REQUIREMENTS: Interested firms able to perform this work shall submit Parts I and II of the SF 330 for the prime firm (or joint venture). Part II of the SF 330 must also be submitted for each consultant and if a joint venture, for the joint venture entity. Please note that a separate Part II is required for each branch office of the prime firm and any subcontractors that will have a key role in the proposed contract. If a joint venture is being utilized, a copy of the joint venture agreement is to be included in Part II. Submissions shall be made to: U.S. Army Corps of Engineers, New England District, 696 Virginia Road, Concord, MA 01742-2751, ATTN: Contracts Branch, Lenni Mattis, not later than the close of business on April 16, 2018. Facsimile or email transmissions will not be accepted. Include the firm's DUNS number on the SF 330, Part I, Section B. On the SF 330, Part I, Section C, provide the DUNS number for each consultant. On the SF 330, Part I, Section D, the Organizational Chart may be submitted on 11" x 17" paper (single sided) if necessary (11x17, counts as two pages). On the SF 330, Part I, Section F, example projects (10 maximum) shall be listed in order of relevance to the type of work anticipated to be performed under this contract. In the SF 330, Part I, Section F, Box 24, provide the following information for each project: month/year the firm's work started and completed; total contract value of the work performed by the firm and any team subcontractors to be used on this project; and customer point-of-contact who can be reached for references (phone number and email address). For design projects, provide completion date and cost for construction phase. If a sample project is a federal procurement, include the contract number for which the A-E firm performed. In the SF 330, Part I, Section H, the A-E firm may also provide supplemental information to address all aspects of the Selection Criteria.


Please submit two bound hard copies, one unbound hard copy, and one electronic copy of all submissions. (CD or DVD only. No USB flash drives can be accepted.) The SF 330, Part I, shall have a page limit of 55 pages. A page is one side of a sheet; 11" x 17" (single sided) counts as two pages. The Past Performance Questionnaires (three maximum) do not count towards the page count. Only one hard copy of each Past Performance Questionnaire is required. Dividers with no text (besides section label), do not count in page count. An optional cover letter will count towards the page count. Font size shall not be less than 10 font and the margins for pages that supplement the SF 330 forms shall not be less than 1/2 inch. Pages in excess of the page limit will not be evaluated. All contractors must be registered in the System for Award Management (SAM) to be considered for award. Information regarding registration can be obtained online at www.sam.gov/potrtal/public/SAM/ or by telephone at 1-866-606-8220.
For any general or administrative questions, contact the contract specialist, Lennie Mattis, at 978-318-8938 or via email at Lennie.k.mattis@usace.army.mil. Solicitation packages are not provided. This is not a request for proposal. Personal visits for the purpose of discussing this announcement prior to the closing date of this announcement will not be entertained or scheduled. However, questions may be directed to the point of contact for this announcement.


 


 


Lennie K. Mattis, Contract Specialist, Phone 9783188938, Email lennie.k.mattis@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP