The RFP Database
New business relationships start here

INDEFINITE DELIVERY ARCHITECT-ENGINEER CONTRACT FOR HAZARDOUS, TOXIC AND RADIOLOGICAL (HTRW) SERVICES, PRIMARILY VARIOUS LOCATIONS, ALASKA AND PACIFIC RIM


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

THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. The US Army Corps of Engineers is conducting market research to facilitate a determination of acquisition strategy. The determination of acquisition strategy for this acquisition lies solely with the government and will be based on this market research and information available to the government from other sources. The US Army Corps of Engineers, Alaska District, is conducting this market research to identify firms which have the capability to perform the following work:

The A-E firm would be required to have sufficient staff, flexibility, and capability to be available on an as-needed basis. The Corps' HTRW program covers investigation, planning and design for cleanup of hazardous, toxic, and radiological wastes (HTRW), debris, and other environmental contaminants at various locations in Alaska and the Pacific Rim. The AE firm must have the skills for and may perform any or all of the following tasks: technical expertise in all phases of environmental and HTRW management; chemical sampling; resource and regulatory agency coordination; RCRA/CERCLA/SARA/TSCA/ADEC compliance as appropriate for specific sites or projects; community relations; developing conceptual site models; performing preliminary assessments; site investigations; remedial investigation/feasibility studies; geophysical investigations, debris inventory, and drum characterization; establishment of Data Quality Objectives (DQOs); developing and implementing sampling analysis, chemical QA/QC, and health and safety plans; assessment of chemical data quality and development of chemical quality assurance reports, reviewing and interpreting chemical sampling analysis, and developing alternative cleanup levels; performing human health and ecological exposure/risk assessments; researching the most appropriate, cost effective remedial action; preparing air emissions studies for compliance with Clean Air Act; preparing storm water pollution and prevention plans; preparing remedial action plans; preparing cost estimates; performing chemical data validation; performing underground storage tank assessment work; and completing other tasks related to the investigation and characterization of HTRW and other environmental contaminants (including asbestos, lead-based paint, etc.). The AE firm must demonstrate the ability to provide survey-quality computer aided drafting (CAD) drawings in *.dwg format and all support files that conform to and are compatible with the Alaska District CAD systems through the life of this contract, as appropriate. This includes proficiency with U.S. National CAD Standards. The AE firm must also demonstrate the ability to provide geographic information systems (GIS) deliverables compatible with ArcGIS (ESRI) software. Proficiency with the following GIS files is expected: *.mxd files, shapefiles, geodatabases, coverages, and raster imagery, as appropriate. Proficiency with the following GIS work processes is expected: GPS field data collection and processing, datum and coordinate system transformation, georeferencing and rectification, geodatabase development, Spatial Data Standards for Facilities, Infrastructure, and Environment (SDSFIE), and metadata preparation using Federal Geographic Data Committee (FGDC) standards. Laboratories performing analyses in support of this acquisition must be accredited for each applicable analyte and test method by the Department of Defense Environmental Laboratory Accreditation Program (DoD ELAP), which is compliant with ISO/IEC 17011:2004 standards. As part of this accreditation, all laboratories must demonstrate the ability to generate acceptable results from the analysis of proficiency-testing (PT) sample(s), subject to availability, using each applicable method in the specified matrix. Upon request, laboratories must make available to the Department of Defense, the results of all PT samples analyzed by the laboratory during the period of performance. The Contractor shall ensure the laboratory makes appropriate documentation available to the Government Chemist/QAM. All laboratories are subject to on-site assessments by authorized representatives of the Department of Defense. If the project work is sited in Alaska, the project laboratory must also hold current Alaska Department of Environmental Conservation (ADEC) approval for the appropriate analytes and methods. All deliverables required under individual task orders (reports, databases, figures, maps, etc.) shall be in the formats outlined in the most current Alaska District Corps of Engineers Environmental Engineering Branch Manual for Electronic Deliverables (MED, current version is October 2011). The MED requires data to be provided in standard formats that can be utilized more easily in the future. All plans and documents shall be submitted in electronic versions consistent with this guidance and as identified in the individual task orders. Submissions shall contain all drawings, photographs, and reports in native and .pdf format in accordance with this guidance. A copy of the current MED will be made available to the AE. In some task orders, all MED specifications would not be required; any allowed deviations to the MED would be documented in each task order.


The applicable North American Industry Classification System (NAICS) code is 541330, Environmental engineering services, and the related small business size standard is $15 million. THIS IS A SOURCES SOUGHT OPEN TO ALL QUALIFIED PRIME CONTRACTOR FIRMS. All interested firms are encouraged to respond to this announcement no later than 13 February 2015, by 2:00 PM Alaska Standard Time, by submitting all requested documentation listed below to: US Army Corps of Engineers, Alaska District, ATTN: CEPOA-CT (Wooldridge), PO Box 6898, JBER, AK 99506-0898 or via email to Kathy.Wooldridge@usace.army.mil.


Interested firms should submit a capabilities package (not exceeding 5 pages) demonstrating the ability to perform the work listed above. Please note that if your firm responded to the HTRW sources sought notice in November 2014 for the Alaska District (reference W911KB-15-S-0014), you do not need to submit a duplicate response. Packages should include the following information:


(1) Business name, address, point of contact including email address, and business size under NAICS 541330;
(2) Identification of business type (i.e., Large Business, Small Business, HUBZone, SDVOSB, 8(a), Woman Owned Small Business, etc.);
(3) CAGE Code;
(4) Demonstration of the firm's experience as a prime contractor on projects of similar type and complexity within the past five (5) years. List actual projects completed and include project title and location, a brief description of the project to include dollar amount of the project and work that was self-performed.


Responsible sources demonstrating relevant experience and the capabilities to perform the work will be considered. System for Award Management (SAM), as required by FAR 4.1102 and 4.1201, will apply to this procurement. Prospective contractors must be registered prior to award. Lack of registration in the SAM database will make an offeror ineligible for award of any potential contract. Information on SAM registration can be obtained via the Internet at: https://www.sam.gov/portal/public/SAM/.


 


Kathy Wooldridge, Contract Specialist, Email kathy.wooldridge@usace.army.mil - Michelle R Mandel, Contracting Officer, Email Michelle.R.Mandel@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP