A/E Services for Environmental Engineering Services

expired opportunity(Expired)
From: Federal Government(Federal)
W912QR21R0011

Basic Details

started - 20 Oct, 2020 (about 3 years ago)

Start Date

20 Oct, 2020 (about 3 years ago)
due - 20 Nov, 2020 (about 3 years ago)

Due Date

20 Nov, 2020 (about 3 years ago)
Pre-Bid Notification

Type

Pre-Bid Notification
W912QR21R0011

Identifier

W912QR21R0011
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (707822)DEPT OF THE ARMY (132962)USACE (38064)LRD (5552)US ARMY ENGINEER DISTRICT LOUISVILL (2089)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
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.

1.) SYNOPSIS: The proposed services are for Architect-Engineer (A-E) Multiple Award Task Order Contract (MATOC) for up to five (5) firm-fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contracts to provide Environmental Engineering services at any location within the USACE’s assigned mission areas (Military or Civil).This announcement is open to all small businesses.This suite of IDIQ contracts will be in the form of an A-E MATOC to meet the Brooks Act Competition Requirements outlined in draft ECB “Task Order Selection Process for Architect-Engineer Indefinite Delivery Contracts”, 2019.Once the MATOC is established, projects will be awarded by individual task orders competed among all of the awarded IDIQ contracts. The ordering period for the MATOC will be five (5) years with no options.The MATOC will have a shared not to exceed capacity of $40,000,000.Each IDIQ contract will include a minimum guarantee of $10,000.The proposed services are for a variety of A-E services for
various environmental support projects which are nationwide. 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, the Environmental Protection Agency (EPA) and other Federal Agencies.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 the USACE missions, when advantageous to the Government.The estimated award date is March 2021.In accordance with FAR 36.604 and the 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 (D) are primary criteria.NOTE: THE OFFERORS PROPOSALS SHALL FOLLOW THE STANDARD FORM (SF) 330 FORMAT.A.  Professional Qualifications:  Based on the Resumes presented in Section E of the Standard Form 330, 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 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. The resumes that demonstrate, in lieu of just listing, will be rated more favorably when they exhibit specialized experience and technical competence with the following areas:• Innovative technology and approach in investigation and remediation• HTRW investigation and/or remediation within Great Lakes and Ohio River Division boundaries (specifically the following states: IL, IN, KY, MI, OH, WV, PA, VA, NC, MN, NY, and TN)• Investigation and/or remediation at Superfund/NPL sites• Investigation and/or remediation of environmental media contaminated with PFOS and PFOA• Projects executed for the Corps of Engineers• Investigation and/or remediation of soil and groundwater contaminated with chlorinated solvents• Investigation and/or remediation of soil and 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-makingThe following disciplines shall be represented in Section E of the Standard Form 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, with all being registered professionals: environmental engineer and geologist.• One (1) resume is required for each of the following disciplines and professional registration is required: civil engineer, hydrogeologist (PE or PG), and geotechnical engineer.• Three (3) resumes for a project manager professional qualified by education, training, certification and/or specialized experience.• 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,risk assessor, chemist, and ABHP certified health physicist (with radiological emphasis),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:  Based on the project presented in Section F of the Standard Form 330, firms will be evaluated in terms of specialize experience and technical competence of work specifically included in the project information section above. A project is defined as a single contract or task order. A project can also be defined as multiple task orders supporting one installation/facility or customer. All projects submitted must be at least 75% complete (the 75% complete requirement does not apply to Section A Professional Qualifications). 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 firms shall submit no more than 3 pages per project. The number of projects presented shall not be more than 10. Projects presented will have been completed within the last 10 years to be considered relevant. The effectiveness of the proposed team (including management structure; coordination of disciplines, offices and/or subcontractors; and prior working relationships) will also be examined.  If the offeror would like to provide a narrative on the effectiveness of the proposed team then it should be included in Section H Quality Management Plan; however, the narrative is not a requirement of the proposal. The projects that demonstrate, in lieu of just listing, will be rated more favorably when they exhibit specialized experience and technical competence with the following areas:• Innovative technology and approach in investigation and remediation• HTRW investigation and/or remediation within Great Lakes and Ohio River Division boundaries (specifically the following states: IL, IN, KY, MI, OH, WV, PA, VA, NC, MN, NY, and TN)• Investigation and/or remediation at Superfund/NPL sites• Investigation and/or remediation of environmental media contaminated with PFOS and PFOA• Projects executed for the Corps of Engineers• Investigation and/or remediation of soil and groundwater contaminated with chlorinated solvents.• Investigation and/or remediation of soil and groundwater contaminated with explosives constituents• Investigation and/or remediation in complex geologic and hydrogeologic settings• Use of statistical analysis 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.• Environmental Sequence Stratigraphy (ESS) to refine conceptual site modeling and decision-makingA 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.   Past Performance: The Government’s evaluation of past performance will consider (1) the performance evaluations provided in Section H for the projects in Section F (the proposal shall include the AVAILABLE CPARS for the projects presented in Section F and the included CPARS will NOT be included in the page count limit. No Past Performance Questionnaires (PPQs) are required), (2) any performance evaluations in CPARS for the Unique Entity Identifiers (formerly DUNS numbers) of any firms or offices listed in the SF330 or for any of the projects included in Section F, and (3) if not already considered, Performance evaluations completed by the Contracting Officer’s Representative (COR) or equivalent role on the contract are preferred. While all performance evaluations may be considered, those for projects listed in Section F and projects with similar scopes of work 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 teaming consultants.  Include in Section H. 4.) SUBMISSION REQUIREMENTS: ALL SUBMISSIONS TO THIS PROPOSAL 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 SAFE “Getting Started Guide” has information on how to utilize the system (https://safe.apps.mil/about.php). Instructions for uploading are as follows:1. 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 five (5) business days prior to proposal due date.a. John Butts, Contract Specialist at john.c.butts@usace.army.milb. Heather Bauer, Contracting Officer at heather.d.bauer@usace.army.mil2. You will receive an email with the link to submit your drop-off. The link will be provided no later than two (2) business days prior to the proposal due date.3. Short Note to the Recipients: Click the Add Files or Drag and Drop your files. For file description, enterW912QR21R0011-FIRMNAME.4. Click Upload button to send documents.5. 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 8GB. 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:•W912QR21R0011-FIRMNAMEEach 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 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.File Organization: Although hard copies are not accepted, each file shall be clearly indexed, and logically assembled. Font size shall be 12 or larger. Font size for tables, graphs, and exhibits shall be 10 or larger. The SF 330 will be no longer than 75 pages in length (excluding the SF 330, Part IIs) and Section H will be 20 pages or less in length (the 20 page limit in Section H are included within the 75 page limit). Pages shall be letter sized (larger page sizes (such as 11x17 fold-outs, etc.) will be counted as two pages. Proposals shall be in a narrative format, organized and titled so that each section of the proposal follows the order and format of the factors. Information presented should be organized so as to pertain to only the evaluation factor in the section that the information is presented. Information pertaining to more than one evaluation factor should be repeated in the each section for each factor.Upload Completion & Deadline: Interested parties shall submit responses no later than the date specified on the solicitation document. The time & date of proposal receipt will be the upload completion / delivery time & date recorded within DOD SAFE site. Do not assume that electronic submission will occur instantaneously. Large files (e.g. 10MB 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 15.208. Electronic Files: Files shall be in their native format (i.e. doc, xls, ppt, etc.), or if in pdf format, shall be in searchable text. Text and graphics portfolios of the electronic copies shall be in a format readable by Microsoft Office or Adobe applications. Data submitted in a spreadsheet format shall be readable by MS Excel (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 Provision “FAR 52.215-1, Instructions to Offerors – Competitive Acquisition (Jan 2017),” subparagraph (e), which can be found athttps://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 days after approval of any selection. All responses on SF 330 to this announcement must be received no later than 10:00 AM Eastern on Friday, 20 November 2020.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 Unique Entity 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 Unique Entity Identifier (formerly DUNS Number) of the office(s) performing the work in Block 5 of the SF 330, Part I.  Unique Entity Identifier (formerly DUNS Number) may be obtained by contacting (866) 705-5711, or via the internet at http://fedgov.dnb.com/webform.6.)  OFFERER’S QUESTIONS AND COMMENTS:Contracting point of contact:  John Butts at (502)-315-6591, email address john.c.butts@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 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.Project:  W912QR21R0011;  A/E Services for Environmental Engineering Services at any location within the USACE’s assigned mission areas (Military or Civil).Quick Add Key:  VITXQ7-NGTQCMSpecific 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 Presolicitation notice.  Any questions regarding acceptable means of submitting offers shall be made directly to the Contract Specialist identified in the Presolicitation notice.2. 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.3. 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 the solicitation.  No Government responses will be entered into the ProjNet system within five (5) calendar days prior to the closing date stated in the solicitation.

Louisville ,
 KY  40202  USALocation

Place Of Performance : N/A

Country : United States

You may also like

ARCHITECTURAL/ENGINEERING SERVICES

Due: 15 May, 2024 (in 20 days)Agency: New York Department of Transportation

On- Call Geotechnical Engineering Services

Due: 06 May, 2024 (in 11 days)Agency: City of Orinda

ARCHITECTURAL/ENGINEERING SERVICES

Due: 08 May, 2024 (in 13 days)Agency: New York Department of Transportation

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