Environmental Engineering Support Servies

expired opportunity(Expired)
From: Federal Government(Federal)
80MSFC17C0014

Basic Details

started - 10 Aug, 2017 (about 6 years ago)

Start Date

10 Aug, 2017 (about 6 years ago)
due - 28 Aug, 2017 (about 6 years ago)

Due Date

28 Aug, 2017 (about 6 years ago)
Pre-Bid Notification

Type

Pre-Bid Notification
80MSFC17C0014

Identifier

80MSFC17C0014
National Aeronautics and Space Administration

Customer / Agency

National Aeronautics and Space Administration

Attachments (3)

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.

NASA/MSFC plans to issue a Request for Proposal (RFP) for Environmental Engineering Support Services utilizing Architect and Engineering (A/E) Services (FAR Part 36.6).ARCHITECT-ENGINEER (A/E) ENVIRONMENTAL ENGINEERING SUPPORT SERVICESSolicitation Number- PIID #80MSFC17C0014Posted Date-July 28, 2017Recovery Reinvestment Act Action- NoResponse Date-August 28, 2017Classification Code- C-Architect and Engineering ServicesNAICS Code-541330 I. Acquisition DescriptionThe A/E services to be provided under this procurement consist of environmental engineering support services at the Marshall Space Flight Center in Huntsville, Alabama and other NASA centers and installations.The A/E services will require the following personnel disciplines: engineers with environmental compliance experience; professionals with experience in Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) or Resource Conservation and Recovery Act (RCRA) investigation/remediation; natural resources
specialists; cultural resources specialists; chemists; risk assessors; community relations specialists; and hydro-geologists. Registered, licensed professionals will oversee all work under this contract and will stamp all prepared documents requiring certification.The A/E services will include the range of tasks outlined as follows:1. Environmental Compliance. Provide technical consultation, conduct studies and prepare permit applications, plans and reports in support of environmental compliance activities at MSFC. Compliance activities include: audits and inspections; hazardous and solid waste; hazardous materials; air; wastewater; storm water; storage tanks; toxic substances; sustainability and pollution prevention; recycling; natural resources; cultural resources; energy management and Leadership in Energy and Environmental Design (LEED) certification; National Environmental Policy Act (NEPA) documentation; and other federal, state and local regulations.2. Environmental Remediation. Prepare documentation as required under either federal or state implemented RCRA and CERCLA programs; perform field investigations; analytical laboratory services; groundwater modeling; environmental studies; perform risk assessments and risk evaluations; treatability tests; demonstration projects; corrective measures studies; feasibility studies; engineering design documentation; munitions and explosives of concern investigations; and construction/remediation oversight.3. Regulatory Risk Analysis and Communications (RRAC). Provide support to the NASA RRAC Program. This support includes regulatory reviews of proposed rules and regulations that may affect NASA centers and programs on the federal level and the states in which NASA centers and major contractors are located (Alabama, California, Florida, Louisiana, Maryland, Mississippi, New Mexico, Ohio, Texas, Utah, and Virginia). Support also includes: evaluating risks to the agency; providing recommendations on risk mitigations for NASA; evaluating the environmental aspects of manufacturing, testing, and operational issues for NASA programs such as Space Launch System.II. Preliminary ScreeningThe following criteria will be used in the preliminary screening of the A/E firms responding to this announcement:a) Must submit a fully completed, current Standard Form 330.b) Must have experience in providing environmental engineering services.c) Must have the following minimum number of engineers/scientist with environmental experience (number of professionals can be a combination of employees from the proposing firm's office, branch offices, partners, or subcontractors):• 10 employees with at least 10 years of experience in CERCLA or RCRA investigation and remediation.• 5 employees with at least 10 years of general environmental compliance experience (specializing in one or more of the following: air compliance, hazardous waste, hazardous materials, wastewater, storm water, NEPA.• 1 natural resources specialist; 1 cultural resource specialist; 1 chemist; 1 risk assessor; 1 community relations specialist; and 5 hydro-geologists.• All drillers shall be licensed in the state of Alabamad) Must have at least 1 of the following professionals registered in the state of Alabama qualified to stamp work requiring professional certification: Civil, Chemical, Environmental or, Geotechnical Engineer, and 1 Professional Geologist. Other professionals to be utilized by the firm may be registered anywhere in the US.e) Must currently have a staffed office or branch within a 300 miles radius from Huntsville, Alabama.f) Must have experience working with the Alabama Department of Environmental Management and the U.S. Environmental Protection Agency Region IV.Any offeror not meeting all preliminary screening criteria shall be excluded from further evaluation.III. EvaluationA/E firms will be evaluated in accordance with FAR Part 36 and NASA FAR Supplement 1836 based on the following factors (100 maximum points):A. Specialized experience and technical competence in the types of work required (Selection Weight 45 points). Provide no more than 10 example projects in Section F of the SF 330. All projects must be ongoing or completed within five years from the date of this Synopsis. For submittal purposes, a task order on an IDIQ contract is considered a "project." General engineering contracts, IDIQ contracts, basic agreements, and basic ordering agreements are not considered "projects." Through the projects provided in Section F of the SF 330, the firm will be evaluated on demonstrated recent experience in all of the type of services described in the A-E Scope of Services in the following areas:1. Environmental Compliancea) Permitting and compliance activities related to: Clean Air Act, Clean Water Act, RCRA, Emergency Planning Community Right to Know Act (EPCRA), Toxic Substance Control Act (TSCA), NEPA, storage tanks, hazardous and solid waste, sustainability, pollution prevention and natural and cultural resources.b) Permitting and compliance activities in the State of Alabamac) Preparing Preliminary Engineering Reports (PERs) and final design packages for environmental, energy, and other engineering-related projects. These may include evaluations of facilities, treatment systems and property.2. Environmental Remediationa) Investigation and remediation activities as required under either federal or state-implemented RCRA, CERCLA, TSCA, and Underground Storage Tank (UST) regulations in Alabama and EPA Region IV such as: supporting community relations activities; perform field investigations; providing analytical laboratory services; conducting groundwater monitoring; conducting environmental studies; performing risk assessments and risk evaluations; conducting treatability studies; conducting demonstration projects; performing corrective measures and feasibility studies; producing engineering design documentation including cost estimating; and remediation construction and oversight.b) Performing assessments and remediation in accordance with ADEM and EPA Region IV CERCLA regulations.c) Performing assessments and remediation in areas with depth to groundwater and lithology similar to north Alabama (Karst).d) Performing assessment of sites contaminated with Dense non-aqueous phase liquid (DNAPL), chlorinated solvents, Polychlorinated biphenyl (PCBs), metals and emerging contaminants (specify investigative techniques, size and depth of plume, size and depth of area, and maximum concentration of primary contaminants of concern).e) Performing remedial alternatives and developing designs to remediate sites contaminated with DNAPL, chlorinated solvents, PCBs, metals and emerging contaminants (state technologies selected for each type of site and note project complexity; may include design obstacles).f) Implementing corrective or interim measures at sites contaminated with DNAPL, chlorinated solvents, PCBs, metals and emerging contaminants (discuss project complexity; may include extensive regulatory involvement or public relations).g) Performing groundwater monitoring (include optimization of well network and sampling frequency).3. Regulatory Risk Analysis and Communications (RRAC)a) Provide support to the NASA RRAC Program. This support includes regulatory reviews of proposed rules and regulations that may affect NASA centers and programs on the federal level and the states in which NASA centers and major contractors are located (Alabama, California, Florida, Louisiana, Maryland, Mississippi, New Mexico, Ohio, Texas, Utah, and Virginia).b) Support also includes: evaluating risks to the agency; providing recommendations on risk mitigations for NASA; evaluating the environmental aspects of manufacturing, testing, and operational issues for NASA programs such as Space Launch System.B. Professional qualifications necessary for satisfactory performance of required services (Selection Weight 20 points).Basis for evaluation will be the information provided in Section E of the SF 330. Provide qualifications only for those key personnel who will actually perform the major duties for the A-E Scope of Services in this Synopsis. While emphasis will be placed on qualifications that are primarily environmental remediation in nature, the firm must include professionals specializing in: environmental regulatory compliance, the investigation, remedial design, and cleanup of complex DNAPL and chlorinated solvent contaminated sites; this is considered to be highly relevant. Experience working with the Federal Facilities Branch of the EPA Region IV and ADEM is required. When required, final submittals to the Government must be signed and sealed by Alabama-licensed professional engineers or geologists; therefore, firms must include at least one Civil, Chemical, Environmental or Geotechnical engineer registered in the state of Alabama and one Professional Geologist registered in the state of Alabama. Other professionals to be utilized by the firms may be registered anywhere in the United States. Professional license title and number and the state of licensure must be provided in the SF 330 Section E, Box 17 for key personnel. Additionally, demonstrated work experience in area of expertise and certifications shall be part of the firm's submission. Other required project staff disciplines must include 1 natural resources specialist; 1 cultural resource specialist; 1 chemist; 1 risk assessor; 1 community relations specialist; and 5 hydro-geologists, and at least one biologist, geologist, and engineering technician capable of manipulating the sampling, geologic, and engineering data through the use of common word processing, database software, spatial software, etc. Field personnel shall have demonstrated experience installing, operating and maintaining remediation systems. Field personnel shall also have demonstrated experience conducting environmental assessments and pilot tests. All drillers shall be licensed in the state of Alabama.C. Past performance on contracts with Government agencies and private industry in terms of quality of work, cost control, compliance with performance schedules, management effectiveness, and overall customer satisfaction (Selection Weight 25 points).The Government's assessment of the firm's past performance will include the following: the projects identified in section F of the SF 330, the completed Past Performance Questionnaires (PPQs) submitted by customer contacts, as well as information obtained from other sources. Other sources may include, but are not limited to, Government past performance databases (e.g., Past Performance Information Retrieval System (PPIRS), Federal Awardee Performance and Integrity Information System (FAPIIS), etc.) and interviews with previous and current customers. The Government may also consider the firm's past performance on projects other than those provided in Section F of their SF 330 using other sources as described above. The currency and relevance of the information, source of the information, context of the data, and general trends in the firm's past performance will be considered. The Government will not disclose the names of persons/companies who provide performance information. Firms may provide information on problems encountered on identified contracts and the firm's corrective actions. If, during the course of the evaluation, the Government obtains adverse information to which a firm has not previously had an opportunity to respond, the Government will afford the firm an opportunity to clarify the adverse information.D. Capacity to accomplish the work in the required time (Selection Weight 10 points).The CERCLA program activity requires the ability to manage multiple task orders and documents at any one time including field investigations and remediation as well as document generation which can include the generation of approximately 20 or more significant regulatory documents in a given year. NASA requires firms be capable of performing concurrent large site investigations and cleanups with demanding schedules.IV. Section HThe following Additional Information shall be addressed in Section H of Standard Form 330:(1) Explain experience in environmental compliance and remediation projects pertaining to Federal Facilities (within the last 10 years)(2) Explain NAICS 541330/SIC 8711 experience (within the last 10 years)(3) Discuss the division of services among the proposing team. Include previous experience the team has had working together providing similar required services(4) Clearly define the capabilities, resources, and responsibilities of the proposing firm's office(5) Discuss the team's ability to accommodate a contract funding profile that may vary depending on the required contractual services and available funds.V. Past PerformanceA/E firms must have Past Performance provided by previous clients for up to 10 of the Offeror's "Example Projects" (see Section F of Standard Form 330), which are currently being performed or have been completed within the last 10 years.Attachment Form SC, Section I "Contractor Performance Report Section I" must be prepared by the Offerors.The Offeror shall submit one "Contractor Performance Report Section I, II, and III and a "transmittal letter" similar to the one at the back of the form, to customer references. The Offeror shall request the Customer references to fully complete the questionnaire and return it by 1pm local time August 28, 2017. Instructions for completing the Past Performance Questionnaires are contained on the form.The Offeror is solely responsible for ensuring that questionnaires are completed and provided to MSFC. Contracts identified on Past Performance Questionnaire which have been completed more than 10 years ago will not be evaluated.In addition to Offeror provided references, the NASA Past Performance Database and references known to the A&E Board will be checked as deemed necessary.VI. SubmissionsSubmissions must be received at the address shown below no later than 3:00 pm, Local Time on August 28, 2017, in order to be considered. This notice is intended to provide sufficient information for preparation of a Standard Form 330. All firms that respond must submit their Standard Form 330 based on information contained in this notice and should not contact MSFC officials by letter or by telephone to request additional information. The address for submission including regular and express mail as well as overnight packages is:Lizette M. KummerMail Code PS33/MGB, Building 4260, Room 120NASA George C. Marshall Space Flight CenterMSFC, AL 35812Phone 256-544-3457 email lizette.m.kummer@nasa.govAll contractual and technical questions must be submitted in writing (email) to Lizette Kummer, not later than 3:00 pm, Local Time before August 21, 2017. Telephone questions will not be accepted.Documents herein attached and made a part of this pre-solicitation synopsis include:Attachment 1 SF330 Architect Engineer Qualifications.Attachment 2 Form SC-Past Performance Interview/QuestionnaireThese documents will be available in Fed Biz Ops. Potential offerors are responsible for monitoring this site for the release of the solicitation and any amendments. Potential Offerors are responsible for downloading their own copy of the solicitation and amendments (if any).The submission, including the SF 330 Parts I and II shall not exceed 50 pages and should include any information the A-E firm feels may be of benefit to it in the evaluation and selection process. The submission must include a completed SF 330 Parts I and II and the firm may use its discretion on how best to present the information requested within the Synopsis. Submissions exceeding the maximum page limitations will have the extra pages removed and returned to the firm. The following are excluded from the 50-page limitation: submission transmittal cover pages, tab pages, tables of contents, signed amendments (if applicable), copies of Section I from submitted Past Performance Questionnaires (PPQs), and completed CPARS evaluations. A tab page is defined as a blank sheet used to separate the submission pages and may include a section heading.A page is defined as one side of an 8½" x 11" sheet of paper, with at least a one-inch margin on all sides, using Times New Roman font with a type-size no smaller than 12-point font. The one-inch margin and 12-point font limits are applicable to pages formatted by the A-E firm. The SF 330 form has its own instructions and is exempt from the margin and character size limits.The page shall be on double-sided sheets. Each 8½" x 11" sheet will be considered two pages. Illustrations shall be legible and no larger than 11" x 17" foldouts, as appropriate for the subject matter. The 11" x 17" paper must be for the exclusive presentation of tables, figures or illustrations. Each 11" x 17" page will be considered two pages when printed on one side and considered four pages when printed on both sides.

George C. Marshall Space Flight Center (MSFC), Alabama. Huntsville, Alabama 35812 United StatesLocation

Place Of Performance : George C. Marshall Space Flight Center (MSFC), Alabama.

Country : United States

You may also like

ENVIRONMENTAL ENGINEERING AND CONSULTING SERVICES

Due: 08 May, 2024 (in 10 days)Agency: City of Trenton

DISSEMINATION ENGINEERING SUPPORT SERVICES OPERATIONS AND MAINTENANCE

Due: 05 Aug, 2024 (in 3 months)Agency: NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION

Please Sign In to see more like these.

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

Classification

541 -- Professional, Scientific, and Technical Services/541330 -- Engineering Services
naicsCode 541330Engineering Services
pscCode CARCHITECT/ENGINEER SERVICES