Infrastructure Investment and Jobs Act - Environmental AE MATOC

expired opportunity(Expired)
From: Federal Government(Federal)
W912QR22R0031

Basic Details

started - 09 Feb, 2022 (about 2 years ago)

Start Date

09 Feb, 2022 (about 2 years ago)
due - 17 Feb, 2022 (about 2 years ago)

Due Date

17 Feb, 2022 (about 2 years ago)
Pre-Bid Notification

Type

Pre-Bid Notification
W912QR22R0031

Identifier

W912QR22R0031
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709642)DEPT OF THE ARMY (133203)USACE (38160)LRD (5564)US ARMY ENGINEER DISTRICT LOUISVILL (2089)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

**Amended 09 FEB 2022****Amended 08 FEB 2022****Amended 04 FEB 2022****Amended 02 FEB 2022****Amended 31 JAN 2022****Amended 19 JAN 2022****Amended 13 JAN 2022**1.) SYNOPSIS: This contract opportunity is a Multiple Award Task Order Contract (MATOC) for Architect-Engineer (A-E) Environmental Services under NAICS code 541330, Product Service Code C219. This contract opportunity is available to unrestricted businesses for full and open competition. This MATOC is being procured in accordance with the Brooks Act as implemented in Federal Acquisition Regulation (FAR) Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The A‐E services will support various, nationwide environmental support projects. The A-E services will include professional engineering services to support military and civil environmental programs for several federal agencies including but not limited to the Army, Army Reserve, National Guard, Air
Force, Navy, Marine Corps, Defense Logistics Agency, other Department of Defense Services, the Environmental Protection Agency (EPA), and other Federal Agencies. The A-E services are primarily intended for use within the Great Lakes and Ohio River Division (LRD) mission boundaries to support Infrastructure Investment and Jobs Act (IIJA) requirements but may also be used to support other USACE environmental programs requiring A-E services.The estimated award date is May 2022. Up to five firms will be selected for the MATOC. Once the MATOC is established, projects will be awarded by individual task orders in accordance with the FAR. Individual task orders will be competed among all of the awarded Indefinite Delivery Indefinite Quantity (IDIQ) contracts using the Task Order Requirement Notice (TORN) process. The maximum cumulative MATOC value is $45,000,000. The cumulative MATOC value will be shared by all selected firms. There is no individual maximum contract limit for each IDIQ contract. The standard guaranteed minimum of $10,000 per IDIQ contract applies. The ordering period is five years with no options. Studies, designs, and other A-E services required under this MATOC and subsequent task orders are anticipated to range from approximately $100,000 to $1,000,000 per task order.Contracts 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 the Great Lakes and Ohio River Division (LRD) mission boundaries to support USACE missions, when advantageous to the Government.In accordance with FAR section 36.604 and the supplements thereto, and upon final acceptance or termination, a performance evaluation will be prepared at least annually and at the time the task order is completed for all task orders above $35,000. A performance evaluation may be prepared for task orders below $35,000. interim performance evaluations may be prepared for a task order at any time. Performance evaluations will be maintained for use in future source selections for A-E services. 2.) PROJECT INFORMATION: Firms must be capable of performing work on a wide variety of Hazardous, Toxic, and Radioactive Waste (HTRW) sites in addition to other environmental sites in a manner that complies with federal, state, and local laws and regulations, 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 services for environmental projects conducted in accordance with federal laws and regulations, including the 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), National Environmental Policy Act (NEPA), and other federal programs; and performing environmental services for environmental projects conducted in accordance with state and local environmental laws and regulations. Examples of environmental services to be conducted include, but are not limited to, site assessments and investigations; remedial investigations; feasibility studies; remedial designs; other engineering studies and reports; Environmental Condition of Property reports; environmental baseline studies; NEPA analyses and reports; archaeological investigations and mitigation studies; biological evaluations and assessments; wetlands determinations and mitigation studies; groundwater and other modeling; contaminant fate and transport analyses; 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; evaluations of reasonably foreseeable renewable energy sources; pilot studies; human health and ecological risk assessments; hazard evaluations; field inspections; development of Data Quality Objectives; chemical quality assurance and quality control; sampling and analysis of soil, sediment, rock, groundwater, surface water, stormwater, air, other environmental media, and building materials; subsurface explorations; laboratory analyses (e.g., water, soil, lead paint, asbestos); cost estimating and engineering; and working on a variety of hazardous waste and other environmental 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, and adhere to all USACE requirements for health and safety.Task orders will be issued with a project/site-specific scope of work (e.g., Statement of Work, Performance Work Statement, Statement of Objectives) under the general scope of the contract. The most highly qualified firm will be selected for each task order using the TORN process. A Request for Proposal will be issued to the firm found most highly qualified for each task order. Typically, Requests for Proposals issued for individual task orders will include a Statement of Work, Performance Work Statement, or Statement of Objectives that describe the location(s), character and extent of services required, any technical requirements in addition to the requirements contained within Section C of the IDIQ contract, and a schedule.3.) SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. Items (A) thru (D) are primary criteria. Item (E) is a secondary criterion and will only be used as a “tie-breaker” among firms that are technically equal based on primary criteria.NOTE: THE OFFERORS’ PROPOSALS SHALL FOLLOW THE STANDARD FORM (SF) 330 FORMAT.Professional Qualifications: Based on the resumes presented in Section E of the SF 330, firms will be evaluated in terms of professional qualifications and technical competence in types of work specifically included within the "Project Information" section above. The evaluation of the resumes will consider education, training, registration, certifications, overall and relevant experience, and longevity with the firm. Experience on the resumes should be within the last 10 years to be considered relevant. Resumes will be rated more favorably when they demonstrate specialized experience and technical competence with the following areas (in no particular order of importance):Innovative technology and approach in investigation and remediation.HTRW investigation and/or remediation within LRD boundaries (specifically the following states: IL, IN, KY, MI, MN, NC, NY, OH, PA, TN, VA, and WV).Investigation and/or remediation at Superfund (National Priorities List [NPL]) sites.Investigation and/or remediation of environmental media contaminated with per- and polyfluoroalkyl substances (PFAS).Projects executed for USACE.Investigation and/or remediation of environmental media (e.g., soil groundwater) contaminated with chlorinated solvents.Investigation and/or remediation of environmental media (e.g., soil, groundwater) contaminated with explosives constituents.Investigation and/or remediation of contaminants in complex geologic and hydrogeologic settings.Use of statistical analyses to successfully justify cost savings.Obtaining site closure for HTRW projects and receiving No Further Action (NFA) status (or equivalent).Investigation and/or remediation of sites with vapor intrusion issues.Use of Environmental Sequence Stratigraphy (ESS) to refine conceptual site modeling and decision-making.The following disciplines shall be represented in Section E of the SF 330 of the offeror’s proposal. If more resumes are submitted than requested, the information will be evaluated on the basis of the least qualified individual submitted for a particular discipline.Three (3) resumes are required for each of the following disciplines: environmental engineer and geologist. Professional registration is required for each resume.One (1) resume is required for each of the following disciplines: civil engineer, chemical engineer, hydrogeologist (Professional Engineer or Professional Geologist), and geotechnical engineer. Professional registration is required for each resume.Three (3) resumes are required for professionals qualified by education, training, certification, and/or specialized experience as a project manager.One (1) resume is required for a professional qualified by education, training, certification, and/or specialized experience in each of the following disciplines: program manager, human health risk assessor, ecological risk assessor, chemist, American Board of Health Physics-certified health physicist (with radiological emphasis), and geophysicist.One (1) resume is required for a corporate health and safety manager. This position shall be filled by a certified industrial hygienist accredited by the American Board of Industrial Hygiene.The states of professional registration and certification of each team member must be included on each resume in Section E of SF 330. Each resume should indicate the project role of the proposed individual. Each proposed individual may not be assigned more than one project role.Section G of the SF 330 shall include a single matrix that displays, for each key person on the proposed team, their role/discipline in this contract, involvement in example projects listed in Section F of the SF 330 (with an example projects key), degree, years of experience (total and with current firm), state(s) of professional registration/certification, and specialized experience/technical competence categories (see list of 12 categories in Sections 3(A) and 3(B)). The Section G matrix shall be provided on a single page no larger than 11” x 17”. An 11" x 17" paper will count as one page for the Section G matrix. Page margins and/or font size may be decreased for the Section G matrix to fit the requested information on a single 11” x 17” page. However, no additional information except what has been explicitly requested shall be presented in the Section G matrix.  B.   Specialized Experience and Technical Competence: Based on the projects presented in Section F of the SF 330, firms will be evaluated in terms of specialized experience and technical competence in types of work specifically included within the "Project Information" section above. A project is defined as a single contract or task order, or as multiple task orders supporting one installation/facility or customer. A single contract may be a single IDIQ (i.e., D-type contract) or a single project-specific contract (i.e., C-type contract). All projects submitted must be at least 75% complete (the 75% complete requirement does not apply to selection criterion A, Professional Qualifications). If the project has multiple task orders, each task order associated with the project must be at least 75% complete. Percentage complete is based upon actual work performed, not percentage billed. The percentage complete must be clearly stated for each project submitted. Each offeror shall submit no more than 10 projects, and no more than 3 pages per project. Projects shall have been completed within the last 10 years to be considered relevant. Projects will be rated more favorably when they demonstrate specialized experience and technical competence with the following areas (in no particular order of importance):Innovative technology and approach in investigation and remediation.HTRW investigation and/or remediation within LRD boundaries (specifically the following states: IL, IN, KY, MI, MN, NC, NY, OH, PA, TN, VA, and WV).Investigation and/or remediation at Superfund (NPL) sites.Investigation and/or remediation of environmental media contaminated with PFAS.Projects executed for USACE.Investigation and/or remediation of environmental media (e.g., soil groundwater) contaminated with chlorinated solvents.Investigation and/or remediation of environmental media (e.g., soil, groundwater) contaminated with explosives constituents.Investigation and/or remediation of contaminants in complex geologic and hydrogeologic settings.Use of statistical analyses to successfully justify cost savings.Obtaining site closure for HTRW projects and receiving NFA status (or equivalent).Investigation and/or remediation of sites with vapor intrusion issues.Use of ESS to refine conceptual site modeling and decision-making.In Section H of the SF 330, the offeror must also include a brief Design Quality Management Plan including an explanation of the offeror’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-relationships of management and various team components (including subcontractors). Also include a narrative regarding the effectiveness of the proposed team (including management structure; coordination of disciplines, offices, and/or subcontractors; and prior working relationships). The organizational chart shall be no larger than 11" x 17". An 11" x 17" paper will count as one page for the organizational chart in Section H and Section D of the SF 330. In Section H of the SF 330, the offeror shall also indicate the estimated percentage of involvement of each firm included in the proposed team. C.   Past Performance: The Government’s evaluation of past performance will consider (1) the performance evaluations provided in Section H of the SF 330 for the projects presented in Section F of the SF 330 (The offeror’s proposal shall include the AVAILABLE CPARS for the projects presented in Section F of the SF 330 and the included CPARS will NOT be included in the page count limit. Past Performance Questionnaires [PPQs] are not required but may be included only for projects without a CPARS evaluation; like CPARS evaluations, PPQs will NOT be included in the page count limit.), (2) any performance evaluations in CPARS for the DUNS Numbers of any firms or offices listed in the SF 330 or for any of the projects included in Section F of the SF 330, and (3) if not already considered, the overall past performance on IDIQ contracts provided in the IDIQ additional consideration information included in Section H of the SF 330. Performance evaluations completed by the Contracting Officer’s Representative or equivalent role on the contract are preferred. While all performance evaluations may be considered, those for projects listed in Section F of the SF 330 and projects with similar scopes of work to those listed in Section F of the SF 330 will be rated more favorably when evaluating past performance.D.   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 team members. Include this information in Section H of the SF 330.E.   Small Business Participation: Firms shall demonstrate their plan for involving Small Business, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business, Small Disadvantaged Business, Veteran-Owned Small Business, and Woman-Owned Small Business team members. This plan shall, at a minimum, include the approach for involving small businesses, the anticipated percentages of total contract dollars and subcontracted contract dollars to be awarded to small businesses, and a breakdown of the proposed extent of participation of the various small business categories as a percentage of anticipated subcontracted dollars. Include this information in Section H of the SF 330. A formal Small Business Subcontracting Plan prepared in accordance with FAR sections 19.704 and 52.219-9 is not required at this time and shall not be provided.4.) SUBMISSION REQUIREMENTS: ALL SUBMISSIONS TO THIS ANNOUNCEMENT SHALL BE SUBMITTED ELECTRONICALLY THROUGH DoD SAFE.No paper copies, CD-ROMs, or facsimile submissions will be accepted. Electronic Proposal Submission is required through the Army’s Electronic File Sharing Service, DoD SAFE (https://safe.apps.mil). The DoD SAFE application is used to send large files to individuals that would normally be too large to send via email. There are no user accounts for DoD SAFE. Authentication is handled via email. Anyone has access to DoD SAFE, and the application is available for use by anyone. The DoD SAFE User Guide has information on how to utilize the system (https://safe.apps.mil/help/dod-safe-help.xml). Instructions for uploading are as follows:Send an email to the Contracting Officer and Contract Specialist to receive the link to drop off your proposal. This will need to be completed at least 5 business days, but no more than 14 calendar days, prior to the proposal due date.John Butts, Contracting Officer at john.c.butts@usace.army.milLogan Barrett, Contract Specialist at logan.d.barrett@usace.army.milYou will receive an email with the link to submit your drop-off. The link will be provided no later than 2 business days prior to the proposal due date.To upload documents, click the “Click to Add Files” button or drag and drop your files. For file description, enter [W912QR22R0031]-[FIRMNAME].Click the “Send Drop-Off” button to send documents.Guest users will need to check their email to verify their email address before the recipients will be notified. (Government-issued Common Access Cards (CACs) are not required).File Size Limitations: Offerors are advised to follow the DoD SAFE instructions for uploading files. DoD SAFE supports delivery up to 8 GB. If needed, offerors are advised to break the files down into smaller sections in order to upload it to the system. In such cases, please divide the sections as logically as possible and be sure to clearly name the files as specified below.File Naming Convention: To ensure your submission is received and processed appropriately, it is important that interested parties CAREFULLY ensure their electronic files adhere to the following naming convention: [W912QR22R0031]-[FIRMNAME]Each file name shall begin with the solicitation number followed by the firm’s name and a brief file description. Please see the example above. The proposal shall be submitted as one (1) electronic file using Microsoft Word (.docx) or Adobe Acrobat (.pdf). Interested firms having the capabilities to perform this work shall submit one (1) copy of the SF 330, Part I, and one (1) copy of the SF 330, 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 this Presolicitation Notice should identify such address in the SF 330, Part I.File Organization: Although hard copies are not accepted, each file shall be clearly indexed, and logically assembled. For SF 330 Part Is, font shall be Arial or Arial Narrow and font size shall be 12 or larger. For SF 330 Part IIs, font shall be Arial or Arial Narrow and font size shall be 10 or larger. Font size for all tables/matrices, graphs, and exhibits shall be 10 or larger. Page margins and/or font size may be decreased for the Section G matrix to fit the requested information on a single 11” x 17” page. The SF 330 shall be no longer than 75 pages in length (excluding the SF 330, Part IIs) and Section H shall be 20 pages or less in length (the 20-page limit for Section H is included within the 75-page limit). A cover, section dividers, and table of contents will not count against the 75-page limit; however, all other pages will count against the 75-page limit unless otherwise noted in this Presolicitation Notice. Pages shall be letter sized (larger page sizes, such as 11” x 17” foldouts, will be counted as two pages except for an organizational chart page and the Section G matrix, which will each be counted as one page). Proposals shall be in a narrative format, organized and titled so that each section of the proposal follows the order and format of the selection criteria. Information presented should be organized so as to pertain to only the selection criteria in the section that the information is presented. Information pertaining to more than one selection criterion should be repeated in the section for each selection criterion.Upload Completion and Deadline: Interested parties shall submit responses no later than the date specified in this Presolicitation Notice. The time and date of proposal receipt will be the upload completion / delivery time and date recorded within the DoD SAFE site. Do not assume that electronic submission will occur instantaneously. Large files (i.e., 10 MB or more) will take some time to upload. Offerors should time their upload effort with prudence by not waiting until the last few minutes—this will allow for unexpected delays in the transmittal process. Offerors are encouraged to keep a copy of the upload confirmation for their record. Submissions after the deadline will be considered late and will be processed in accordance with FAR section 15.208. Electronic files shall be in their native format (e.g., docx, xlsx, ppt), or if in PDF format. PDF files shall contain searchable text. Text and graphic portfolios of the electronic copies shall be in a format readable by Microsoft Office or Adobe Acrobat applications. Data submitted in a spreadsheet format shall be readable by Microsoft Excel (e.g., all cells and formulas should be unlocked).Any information presented in a proposal that the offeror wants safeguarded from disclosure to other parties must be identified and labeled in accordance with the requirements of FAR section 52.215-1(e), which can be found at https://www.acquisition.gov/browse/index/far. The Government will endeavor to honor the restrictions against release requested by offerors, to the extent permitted under United States law and regulations.Release of firm status will occur within 10 business days after approval of any selection. All responses to this announcement must be received no later than 10:00 AM Eastern on Thursday, February 17, 2022.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.5.) SYSTEM FOR AWARD MANAGEMENT: To be eligible for award, a firm must have a DUNS Number and be registered in the System for Award Management (SAM) database, via the SAM website at https://www.sam.gov. Central Contractor Registration and Online Representations and Certifications Applications are now available through SAM. Training tools are available on the SAM website to help you get familiar with SAM. Start by going to https://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 DUNS Number of the office(s) performing the work in Block 5 of the SF 330, Part I. DUNS Numbers may be obtained by contacting (866) 705-5711, or via the internet at https://fedgov.dnb.com/webform. Use the DUNS Number wherever the SF 330 requires a Unique Entity Identifier reference. The DUNS Number remains the official identifier for doing business with the Government until April 4, 2022.6.)  OFFERER’S QUESTIONS AND COMMENTS: Contracting Point of Contact: Logan Barrett at (502) 315-6872 or logan.d.barrett@usace.army.milTechnical 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 “Submission Requirements” section above.To submit and review bid inquiry items, bidders will need to be a current registered user or self-register into system.Project: [W912QR22R0031]; Unrestricted Multiple Award Task Order Contract for Architect-Engineer Environmental Services at Any Location within the USACE’s Assigned Mission Areas (Military or Civil)Quick Add Key: FGNP56-5BK7KYSpecific Instructions for ProjNet Bid Inquiry Access:From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen.Identify the Agency. This should be marked as USACE.Key. Enter the Bidder Inquiry Key listed above.Email. Enter the email address you would like to use for communication.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.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.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: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.From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen.Identify the Agency. This should be marked as USACE.Key. Enter the Bidder Inquiry Key listed above.Email. Enter the email address you used to register previously in ProjNet.Select Continue. A page will then open asking you to enter the answer to your Secret Question.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:Offerors shall not submit their proposals via ProjNet, but in accordance with the provisions stated in the “Submission Requirements” section above. Any questions regarding acceptable means of submitting offers shall be made directly to the Contracting Point of Contact identified in the Presolicitation Notice.Government responses to technical inquiries and questions relating to proposal procedures that are submitted to ProjNet in accordance with the procedures above are not binding on the Government unless an amendment is issued on beta.SAM.gov. In the case of any conflicts, the last posted notice or, if applicable, amendment posted to beta.SAM.gov governs. Any changes or revisions to the Presolicitation Notice will be issued on beta.SAM.gov.The ability to enter technical inquiries and questions relating to proposal procedures will be disabled ten (10) calendar days prior to the closing date stated in this Presolicitation Notice. No Government responses will be entered into the ProjNet system within five (5) calendar days prior to the closing date stated in this Presolicitation Notice.

USALocation

Place Of Performance : USA

Country : United States

You may also like

EJSCREEN & MAPPING TRAINING FOR NEPA 309 REVIEWERS - IMPROVE ENVIRONMENTAL REVIEWS

Due: 25 Sep, 2026 (in about 2 years)Agency: ENVIRONMENTAL PROTECTION AGENCY

Task Order Wetland Studies and Environmental Documents

Due: 31 Dec, 2030 (in about 6 years)Agency: Transportation, Department of

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 541330Engineering Services
pscCode C219Other Architect and Engineering Services