The RFP Database
New business relationships start here

Indefinite Delivery Indefinite Quantity (IDIQ) Contract for Economically Disadvantaged Woman Owned Small Business Architect/Engineer Environmental Services - W912QR18R0055


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

1) CONTRACT INFORMATION: NAICS code for this procurement is 541330. This announcement is open to Economically Disadvantaged Woman Owned Small Businesses only. The proposed services, which will be obtained by a negotiated Firm Fixed Price Contract, is for a variety of Architect/Engineer services (A/E) for various environmental support projects primarily within the Great Lakes and Ohio River Division mission boundaries, which is nationwide. Projects outside the primary mission area of responsibility may be added at the Government's discretion upon agreement of the A/E firm. The A/E Services required will include professional services to support military and civil environmental programs for several federal agencies including but not limited to the Army, Army Reserves, National Guard, Air Force, Navy, Marine Corps, Defense Logistics Agency, other Department of Defense Services and other Federal Agencies.

Projects will be awarded by individual task orders. One contract will be awarded under this synopsis. The maximum cumulative contract value is $4,000,000. The contract period is for five years with no options. Studies, designs, and other A/E services under this contract are anticipated to range from approximately $100,000 to $1,000,000 per task order. The top ranked firm will be awarded the contract. If necessary, secondary selection criteria will be used as a tiebreaker between firms considered as technically equal. The following factors will be used in deciding which contractor will be selected to negotiate task orders: performance and quality of deliverables under the current contract, current capacity to accomplish the work in the required time, uniquely specialized experience, and equitable distribution of work among the contractors.


The contract awarded as a result of this announcement will be administered by the Louisville District; however, the Contracting Officer reserves the right to approve capacity requests from other Districts outside of LRD's mission boundaries to support the USACE missions, when advantageous to the government. The estimated start date is November 2018.


In accordance with FAR 36.604 and supplements thereto, and upon final acceptance or termination, all task orders above $35,000 will receive a performance evaluation. A performance evaluation may be prepared for lesser task orders and interim performance evaluations may be prepared at any time. Performance evaluations will be maintained for use in future source selections for Architect-Engineer Services.


2) PROJECT INFORMATION: Firms must be capable of performing work on a wide variety of Hazardous, Toxic, and Radiological (HTRW) sites in addition to other environmental sites in a manner that complies with federal, state, and local regulations and laws, and within timeframes required. Specific needs will be determined based upon project requirements and as described in each task order. A-E Services required under this contract include, but are not limited to: performing environmental studies, designs, and general support of environmental issues under Resource Conservation and Recovery Act (RCRA), Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), Superfund Amendments and Reauthorization Act (SARA), Toxic Substances Control Act (TSCA), Clean Water Act (CWA) and other federal programs; performing environmental studies, designs, and general support of environmental issues under State and Local environmental laws and regulations; conducting site investigations and assessments; remedial investigations/feasibility studies; remedial designs; feasibility and other engineering studies and reports; preparing Environmental Condition of Property reports; performing National Environmental Policy Act (NEPA) analyses and documentation; conducting archaeological investigations and mitigation; biological evaluations and assessments; performing wetlands determinations and mitigation studies; groundwater and other modeling; contaminant fate and transport analysis; surveying and mapping; community relations; resource and regulatory agency coordination; construction-phase services (engineering-design during construction, checking shop drawings); preparation of plans and specifications; value engineering screenings and studies; sustainability screenings and studies; evaluation of reasonably foreseeable renewable energy sources; pilot studies; performing human health and ecological risk assessments; hazard evaluations; field inspections; developing Data Quality Objectives (DQOs); chemical QA/QC; conducting surface/subsurface soil, sediment, and rock sampling/testing; subsurface exploration; water sampling/testing; conducting laboratory analyses (water, soil, lead paint, asbestos, etc); cost estimating and engineering; and working on a variety of hazardous waste and other environmental type projects, including radioactive and mixed waste, energy conservation, sustainable remediation, pollution prevention, waste reduction, reuse of recovered materials, underground storage tanks and fueling systems, habitat restoration and mitigation, and sites potentially contaminated with military munitions. The munitions services consist of conducting preliminary assessments, site inspections, remedial investigations, and feasibility studies. For on-site investigations, firms must provide personnel with current health and safety training, as required by the Occupational Safety and Health Administration (OSHA) and adhere to all USACE requirements for Health and Safety.


Task orders will be issued with a project/site specific Scope of Work under the general scope of the contract. Typically, requests for proposals issued for individual task orders will include a general Scope of Work or a performance-based acquisition Performance Work Statement, location of work, character and extent of services required, technical requirements in addition to the requirements contained within Section C of the basic contract, and a schedule.



3) SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. Items (A) thru (E) are primary criteria and (F) thru (H) are secondary and will only be used as 'tie-breakers' among technically equal firms.


(A) Minimum Requirements for Professional Qualifications: Firms will be evaluated in terms of professional qualifications and technical competence in areas of work specifically included within the "Project Information" section above. The evaluation will consider education, training, registration, certifications, and relevant experience and longevity with the firm.


Three (3) resumes are required for each of the following disciplines, with at least two registered professionals in each: environmental engineer, geologist, civil engineer. Two (2) resumes are required for each of the following disciplines with at least one registered professional in each: hydrogeologist (PE or PG), chemical engineer, and geotechnical engineer. One (1) resume is required for each of the following disciplines and professional registration is required: structural engineer, mechanical engineer, electrical engineer, and land surveyor. Two (2) resumes for a professional qualified by education, training, certification and/or specialized experience are required in each of the following fields: project manager, chemist, and ABHP certified health physicist (with radiological emphasis). One (1) resume for a professional qualified by education, training, certification and/or specialized experience is required in each of the following fields: program manager, regulatory specialist, human health risk assessment specialist, ecological risk assessment specialist, limnologist, environmental law specialist/attorney, safety professional, cost estimator, senior geophysicist, Senior UXO Site Supervisor, UXO Safety Officer, UXO Quality Control Officer, certified industrial hygienist (CIH) accredited by the American Board of Industrial Hygiene (ABIH), and Archeologist. The archeologist shall also meet the Department of Interior's Standards and Guidelines for Archeology and Historic Preservation (as amended and annotated by the National Park Service).


If more resumes are submitted than requested, the information will be evaluated on the basis of the least qualified individual submitted for a particular position.


The states of registration and certification of each team member must be included on each resume in Section E of Standard Form (SF) 330. Section G may also include a matrix that displays the discipline, degree, years of experience, and state(s) of registration/certification in each of the specialized experience categories for each person on the proposed team. Resumes should indicate the project role of the individual in their submission and the individuals may not be assigned more than one role in this submission.


(B) Specialized Experience and Technical Competence: The firm's team shall show specialized experience and technical competence in the expected activities identified above under the Project Specific Information Section to include: (1) demonstrated technical competence regarding investigations, planning, design and construction phase services for a variety of HTRW projects and projects regulated under CERCLA and RCRA, as well as other applicable federal and state regulations. Experience must demonstrate wide-ranging capabilities for diverse projects with differing contaminants in various media; (2) knowledge and experience in Military Munitions Response Program (MMRP) regarding investigations, planning, design and remediation, and Chemical Agent (CA) investigations, (3); knowledge and experience in federal policies, guidance, and regulations for preparation of all levels of NEPA documentation and supporting studies.


A project is defined as a single contract or task order. Additionally, a project can also be defined as multiple task orders supporting one installation/facility or customer. For example, if a contractor has five task orders on one IDIQ contract supporting Newport Chemical Depot or the USAR, then those five task orders combined would constitute a project. All projects submitted must be at least 75% complete. If the project has multiple task orders, all task orders associated with the project must be at least 75% complete. Percent complete is based upon actual work, not percentage billed. The percentage complete must be clearly stated for each project submitted.


The effectiveness of the proposed project team (including management structure, coordination of disciplines, offices and/or subcontractors; and prior working relationships between the prime firm and any significant subconsultant(s)) will be considered within quality management. These contracts have nationwide application to a wide variety of projects; however, specialized experience reflecting the following expertise may be rated more favorably.


• Green and sustainable investigation and remediation techniques.
• Innovative technology and approach in investigation and remediation.
• HTRW investigation and remediation within Louisville District's Military mission boundaries.
• Radiological investigation and remediation within the USACE's FUSRAP program boundaries. Additionally, radiological investigation and remediation performed within Buffalo District's FUSRAP program boundary may be rated more favorably.
• Investigation and remediation of soil and groundwater contaminated with solvents.
• Investigation and remediation of soil and groundwater contaminated with explosives constituents.
• Investigation and remediation in complex geologic and hydrogeologic settings (i.e. Karst).
• Use of environmental statistics to successfully justify cost savings.
• MMRP investigation and remediation using state of the art methodologies.
• Investigation projects executed under performance based contracting scenarios.
• Experience working for the Corps of Engineers.
• Obtaining site closure for HTRW projects and receiving No Further Action (NFA) status (or equivalent).


A brief Design Quality Management Plan including an explanation of the firm's management approach, management of subcontractors (if applicable), quality control procedures, procedures to ensure that internal resources are not overcommitted, and an organizational chart showing the inter-relationship of management and various team components (including subcontractors) must be included in Section H of the SF 330. The organization chart shall be no larger than 11"x 17". An 11" x 17" paper will count as one page for the organization chart in Section H and Section D. In Section H, also indicate the estimated percentage of involvement of each firm on the proposed team. It is the responsibility of the Prime Contractor to comply with FAR 19.508(e) and 52.219-14. At least 50% of the cost of the contract performance incurred for personnel must be expended for employees of the prime firm. The 50% self-performing requirement will be based on the contract as a whole.


(C) Capacity to Execute Multiple Task Orders within the Required Time. Firms shall demonstrate their plan for successfully executing multiple task orders concurrently while maintaining quality and schedule. A firm shall be evaluated on the available capacity of key disciplines from the prime firm and its teaming consultants.


(D) Past Performance: Past performance with respect to cost control, quality of work, and compliance with performance schedules on DOD and non-DOD contracts will be evaluated. Evaluations will be based on established CPARS ratings and other credible documentation included in the SF 330. Firms must list point of contact names and phone numbers for each project shown in block F. The board may seek information on past performance of a firm, but it is not required to seek other information on the past performance of a firm, if none is available in the Past Performance Information Retrieval System (PPIRS). The board will consider the relevancy of each performance evaluation to the proposed contract, including the type of work, performing office, age of the evaluation, and whether subsequent evaluations indicate a change in a firm's performance. A firm that has earned "Excellent" evaluations on recent DOD A-E contracts for similar projects will be ranked relatively high on past performance.


(E) Safety Initiatives and Certifications: Describe Prime Contractor's commitment to safety, including, but not limited to, company safety incentive programs, company safety training programs, and integration of safety by management and employees into the workplace. Also, identify any company safety certifications. Limit two pages which will be included in the page count for the section and the total page count. Information exceeding the two page limit will not be evaluated.


The evaluation board will evaluate the Prime Contractor's narrative to ensure it adequately addresses each of the following: company safety incentive programs, company safety training programs, and integration of safety by management and employees into the workplace. Additional consideration will be given for Voluntary Protection program (VPP) or ISO certification or similar programs. The SSEB will not evaluate or approve the contractor's project specific safety plan or Accident Prevention Plan (APP) as part this evaluation. Selected contractor is still required to submit a complete safety plan / APP as part of post award activities.


Provide Prime Contractor's Experience Modification Rate (EMR). Show evidence that the EMR was calculated by a professional rate service organization such as the National Council of Compensation Insurance.


The evaluation board will evaluate Experience Modification Rate (EMR) based on an industry average EMR of 1.0. Higher incidence rates will be rated less favorably and lower incidence rates will be rated more favorably. An explanation may be included for higher incidence rates.


(F) Knowledge of Locality: Knowledge of the locality of the project to include knowledge of local conditions and local codes, specifically conditions and local codes within the Lakes and Rivers Division Boundaries.


(G) Volume of DOD Contract Awards: The firms shall list the volume of DOD contract awards to the prime in the past twelve (12) months in block H of the SF 330. Firms should cite all contract numbers, award dates, and total overall contract award amount for any DOD contract awarded within the past twelve (12) months. The overall most highly qualified firms will not be rejected solely in the interest of equitable distribution of contracts.


(H) Sustainable and Green Practices: In response to Executive Order 13423, Executive Order 13514, Energy Policy Act (EPAct) of 2005, FAR Subparts 23.2, 23.4, and 23.7, and RCRA Section 6002, a firm shall list in Section H of the SF 330 projects in which best management practices were implemented in regards to sustainability and green practices within various stages of response/remedial activities, including removal action, remedial investigation/feasibility study, remedial design, remedial assessment, long- term remedial actions, and operations and maintenance. The firm shall also list the quantitative benefits gained from the use of sustainable and green practices for the projects submitted under this evaluation factor as compared to an established baseline. The summary of the firm's corporate commitment to environmental sustainability (including use of environmental management systems) should also be included.


4. SUBMISSION REQUIRMENTS: Interested firms having the capabilities to perform this work must submit one (1) paper copy and one electronic copy on CD of the SF 330, Part l, and one copy of the SF330, Part II for the prime firm. Each branch office that will have a key role in the proposed contract must also submit a copy of the SF 330 Part II. Responding firms must submit a current and accurate SF 330, Part II, for each proposed sub consultant. Any firm with an electronic mailbox responding to the solicitation should identify such address in the SF 330, Part I.


To be eligible for award, a firm must have a Unique Identity Identifier (Formerly DUNS Number) and be registered in the System for Award Management (SAM) database, via the SAM Internet site at https://www.sam.gov. Central Contractor Registration (CCR) and ORCA are now available through the System for Award Management (SAM). Training tools are available on the SAM website to help you get familiar with SAM. Start by going to www.sam.gov, and then click on the SAM HELP tab. Under User Help you will find the full User Guide as well as Quick Start Guides and Helpful Hints that will help you create an account, migrate your roles, perform updates, and search for the information you need. These guides can also be viewed on http://www.acquisition.gov. Please identify the Dun & Bradstreet number of the office(s) performing the work in Block 5 of the SF 330, Part I. Dun & Bradstreet numbers may be obtained by contacting (866) 705-5711, or via the internet at http://fedgov.dnb.com/webform.


The proposal shall be submitted as one file using Microsoft Word (.doc) or Adobe Acrobat (.pdf). Font size shall be 12 or larger. Font size for tables, graphs, and exhibits shall be 9 or larger. The SF 330 will be no longer than 100 pages in length (excluding the SF 330, Part IIs) and block H will be 20 pages or less in length. Each printed side of a page will count as one page.


Release of firm status will occur within 10 days after approval of any selection. All responses on SF 330 to this announcement must be received no later than 2:00 p.m. ET on Tuesday, 14 August 2018. No other general notification to firms under consideration for this project will be made. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period.


To be eligible for award, a firm must be registered in the System for Award Management (SAM) database, via the SAM Internet site at https://www.sam.gov.


Submit responses to US Army Corps of Engineers, Louisville District, ATTN: Jesse Scharlow
600 Dr. Martin Luther King Jr. Pl., Room 821, Louisville, KY 40202-2267.


Contracting Point of Contact: Jesse Scharlow at (502) 315-6183. Email: Jesse.E.Scharlow@usace.army.mil.



OFFEROR'S QUESTIONS AND COMMENTS
Technical inquiries and questions relating to proposal procedures or bonds are to be submitted via Bidder Inquiry in ProjNet at http://www.ProjNet.org/ProjNet. As noted below, offerors shall not submit their proposals via ProjNet. Offerors shall submit their proposals in accordance with the provisions stated in the solicitation.


To submit and review bid inquiry items, bidders will need to be a current registered user or self-register into system.


The Solicitation Number is: W912QR18R0055


The Bidder Inquiry Key is: M73QJT-RAFUYH


Specific Instructions for ProjNet Bid Inquiry Access:


1. From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen.
2. Identify the Agency. This should be marked as USACE.
3. Key. Enter the Bidder Inquiry Key listed above.
4. Email. Enter the email address you would like to use for communication.
5. Select Continue. A page will then open stating a user account was not found and will ask you to create one using the provided form.
6. Enter your First Name, Last Name, Company, City, State, Phone, Email, Secret Question, Secret Answer, and Time Zone. Make sure to remember your Secret Question and Answer as they will be used from this point on to access the ProjNet system.
7. Select Add User. Once this is completed you are now registered within ProjNet and are currently logged into the system.


Specific Instructions for Future ProjNet Bid Inquiry Access:


1. For future access to ProjNet, you will not be emailed any type of password. You will utilize your Secret Question and Secret Answer to log in.
2. From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen.
3. Identify the Agency. This should be marked as USACE.
4. Key. Enter the Bidder Inquiry Key listed above.
5. Email. Enter the email address you used to register previously in ProjNet.
6. Select Continue. A page will then open asking you to enter the answer to your Secret Question.
7. Enter your Secret Answer and click Login. Once this is completed you are now logged into the system.


From this page you may view all bidder inquiries or add an inquiry.
Bidders will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team.
Offerors are requested to review the specification in its entirety and to review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry.
The call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 800-428-HELP.
Information concerning the status of the evaluation and/or award will NOT be available after receipt of bids/proposals.


NOTES:


1. Offerors shall not submit their proposals via ProjNet, but in accordance with the provisions stated in the solicitation. Any questions regarding acceptable means of submitting offers shall be made directly to the Contract Specialist identified in the solicitation.


2. Government responses to technical inquiries and questions relating to proposal procedures or bonds that are submitted to ProjNet in accordance with the procedures above are not binding on the Government unless an amendment is issued on Standard Form 30. In the case of any conflicts, the solicitation governs. Any changes or revisions to the solicitation will be made by formal amendment. Government responses will be limited to: (a) Notice that an amendment will be issued; (b) Reference to an existing requirement contained in the solicitation; or (c) Notice that a response is not necessary.


3. The ability to enter technical inquiries and questions relating to proposal procedures or bonds will be disabled five calendar (5) days prior to the closing date stated in the solicitation. No Government responses will be entered into the ProjNet system within two calendar (2) days prior to the closing date stated in the solicitation.


 


 


Jesse E. Scharlow, Phone 5023156183, Email jesse.e.scharlow@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP