Notice For Architect And Engineering Ae Services To Support The Usace South Atlantic Division Mobile Distric ...
Tender Notice
TenderID
29333499
Tender Brief
Notice For Architect And Engineering Ae Services To Support The Usace South Atlantic Division Mobile District s Environmental Quality Program For Military Civil Works And Federal Agencies
Document Type Solicitation Announcement Classification Code C Architect And Engineering Services Subject Notice For Architect And Engineering Ae Services To Support The Usace South Atlantic Division Mobile District s Environmental Quality Program For Military Civil Works And Federal Agencies Solicitation Number W9127818r0093 Set Aside Code None Response Date 14 March 2019 Place Of Performance Usace Mobile Districtcontract Information The U S Army Corps Of Engineers South Atlantic Division Mobile District Requires Ae Services For Its Environmental Quality Program Supporting Military Civil And Federal Agencies Services Are To Be Provided Under A Multiple Award Task Order A Contract Matoc This Procurement Will Be Conducted In Accordance With The Ae Brooks Act The North American Industry Classification System Naics Code For This Action Is 541330 It Is Open To All Ae Firms Regardless Of Size The Government Intends To Award Approximately Seven 7 Contracts Including Four 4 Or More Unrestricted Awards And Three 3 Small Business Awards The Total Capacity Of All Awards Will Be 49 000 000 45 000 000 Unrestricted Shared Capacity 4 000 000 Small Business Set Aside Shared Capacity For A Term Not To Exceed Three 3 Years In The Event There Are Not Three 3 Small Businesses Among The Most Highly Qualified Ae Firms The Capacity Set Aside For Small Businesses Will Be Shared Among The Most Highly Qualified Unrestricted Firm S Work Under This Contract Will Be Subject To Satisfactory Negotiation Of Individual Firm Fixed Price Task Orders Rates Will Be Negotiated For Each 12 Month Period Of The Contract All Interested Ae Firms Are Cautioned To Review The Restrictions Of Far Part 9 5 Organizational And Consultant Conflicts Of Interest And All Large Ae Firms Are Reminded That In Accordance With The Provisions Of Pl 95 507 They Will Be Expected To Place Subcontracts With Small And Disadvantaged Businesses To The Maximum Extent Practicable Consistent With The Efficient Performance Of The Contract A Large Business Awardee Must Comply With Far 52 219 9 Regarding The Requirement For A Subcontracting Plan For That Part Of The Work To Be Subcontracted And Will Be Required To Submit A Detailed Subcontracting Plan During Contract Negotiations Contractor Manpower Reporting The Contractor Shall Report All Contractor Labor Hours Including Subcontractor Labor Hours Required For Performance Of Services Provided Under Their Contract Via A Secure Data Collection Site At Http Www Ecmra Mil Reporting Inputs Will Be For The Labor Executed In Each Government Fiscal Year Fy Which Runs October 01 Through September 30 While Inputs May Be Reported At Any Time During The Fy All Data Shall Be Reported No Later Than October 31 Of Each Calendar Year The Contractor May Direct Questions To The Help Desk At Http Www Ecmra Mil Project Information Ae Services To Support Mobile District s Environmental Quality Program For Military Civil And Federal Agencies Will Provide Services For All Products And Studies Associated With Complex Environmental Compliance Planning Pollution Prevention Conservation Nepa Restoration Remediation Design Miscellaneous Sustainment Projects To Include Strategy Development Plans Data Gathering Analysis Evaluations Studies Designs And Permitting Action Support Which Meets The Definition Of Ae Services As Defined In 40 U S C 1101 And Far 2 101 The Selected Firms Must Have The Capability Thru In House Staff Or Consultants To Perform The Required Services Mobile District s Environmental Quality Program Supports Various Military Civil And Federal Agencies Such As The U S Army U S Air Force U S Marine Corps U S Navy Defense Logistics Agency And Other Department Of Defense Components Support Is Provided In Compliance With Dod Instruction Policy And Guidance As Well As State Federal And Local Criteria For Its Diverse Range Customers The Environmental Services Will Be Provided At Various Military Federal And Other Installations Primarily Within The Mobile District s Area Of Responsibility Aor And South Atlantic Division s Aor Ae Firms Will Provide Timely And Cost Effective Responses To Support The Mobile District s Environmental Quality Program For Military Civil And Federal Agencies To Include But Not Limited To Resource Conservation And Recovery Act Rcra Clean Air Act Caa Safe Drinking Water Act Sdwa Clean Water Act Cwa Toxic Substances Control Act Tsca Comprehensive Environmental Response Compensation And Liability Act Cercla National Environmental Policy Act Nepa Energy Policy Act 2005 Compliance Pollution Prevention Conservation Restoration Department Of Defense Instruction Executive Orders Policy Guidance Programmatic And Operational Program Execution Strategy Planning Permitting And Technical Support Environmental Management Systems Information Technology Tool Refinement Customization Population And Implementation Environmental Training Outreach Strategy And Awareness Water Compliance And Reuse Plans Vulnerability Assessments Compliance Assessments Multimedia And Single Media Facility Audits Environmental Baseline Surveys Dod Services Medical Departments And Health Services Support Audits And Assessments Planning Studies And Evaluations Geographic Information System Support Compliance Monitoring Recordkeeping And Reporting Additional Projects May Include Range And Training Program Support Solid Waste Rcra Evaluations And Management Plans Dod Awards Development Sustainability Program Initiatives And Planning Ozone Depleting Substance Ods Evaluations And Elimination Plans Energy Studies And Audits Facility Evaluations And Audits Leadership In Energy And Environmental Design Leed Technical Support And Building Commissioning Programmatic Support Of Installation Restoration And Munitions Response Compliance Cleanup Programs Greenhouse Gas Initiatives Air Quality Monitoring Testing And Permitting Air Dispersion Modeling Asbestos And Lead Based Paint Sampling And Report Preparation And Real Estate Site Assessments Perform Quality Control Quality Assurance Technical Assistance And Technical Review Of Planning And Environmental Products Selection Criteria The Source Selection Factors For This Procurement Are Listed Below In Descending Order Of Importance Factors 1 Through 5 Are Primary Factor 6 Is Secondary And Will Only Be Used As A Tie Breaker Among Technically Equal Firms Primary Factors Will Be Assigned A Rating From Outstanding To Unsatisfactory Based On The Risk To The Government That The Offeror Will Successfully Perform That Evaluated Factor An Overall Rating Will Also Be Applied To The Proposal Submission Using The Same Rating Scale Proposals Failing To Respond Or Provide Complete Information For Each Factor As Required By This Solicitation Will Be Determined Non Compliant And Will Be Removed From Further Consideration After All Ratings Have Been Assigned Offerors Will Be Ranked As Most Highly Qualified Highly Qualified And Not Qualified In Accordance With Ep 715 1 7 Architect Engineer Contracting In Usace For Purposes Of This Solicitation A Stand Alone Contract Or Single Task Order Is Considered One Project Separating Activities Performed Under A Contract Or Task Order Will Not Be Considered Multiple Projects Conversely Combining Activities Performed Under Separate Contracts Or Task Orders To Produce A Single Project Will Not Be Considered A Single Task Under An Indefinite Delivery Contract Is Considered A Project Not An Indefinite Delivery Contract Itself Projects In Which The Ae Service Is Not 100 Complete Will Not Be Evaluated Factor 1 Professional Qualifications Sf330 Part I Section E Part A Resumes Of Key Personnel Section E Blocks 12 18 Offerors Must Have Either In House Or Through Consultants Or Subcontractors The Disciplines Listed Below To Demonstrate Qualifications Resumes For Persons Filling These Disciplines Are To Be Provided In Section E Each Resume Shall Not Exceed One Page In Length All Professional Registrations Licensures And Or Certifications Must State Certification Numbers And Expiration Dates As Applicable Specialist Disciplines Shall Have A Degree In Engineering Geology Or Science From An Accredited University And Training In The Area Of Specialization In Block 13 The Role Listed Must Use The Exact Same Discipline Nomenclature As Listed Below If An Individual Will Serve In More Than One Role Then All Disciplines Shall Be Clearly Indicated In Block 13 The Content Of Section E Is Not To Be Altered And All Items Within Section E Shall Be Answered Completely Additionally All Key Personnel Must Be Shown On The Organizational Chart In Section D The Following Disciplines Are Required 1 Project Task Order Manager 2 Environmental Engineer Professional Engineer Provide Licensure Certification Number And Date 3 Environmental Scientist 4 Chemist 5 Geologist Professional Geologist Provide Licensure Certification Number And Date 6 Biologist 7 Certified Industrial Hygienist Certified Registered 8 Chemical Engineer Professional Engineer Provide Licensure Certification Number And Date 9 Certified Energy Manager Certified Registered 10 Civil Engineer Professional Engineer Provide Licensure Certification Number And Date 11 Air Quality Specialist 12 Clean Water Act Specialist 13 Rcra Specialist 14 Gis Specialist Part B Relevant Projects Section E Block 19 All Key Personnel Are Required To Have A Minimum Of Five 5 Years Of Project Experience In Their Discipline Demonstrated By Projects With Scope Magnitude And Complexity Comparable To This Solicitation The Definition Of A Project Is As Noted In Project Information And Selection Criteria Above Relevant Projects Are Those That Reflect Experience Performing The Respective Discipline Relevant Project Information Should Be Brief And Highlight Specific Roles And Tasks Performed By The Key Personnel Project Type Scope And Costs No More Than Five Projects Should Be Listed For Each Resume And Each Project Listed Must Have Been Completed Within Five 5 Years Of Publication Of This Solicitation Announcement Note The Projects Provided For This Factor May Also Be Used To Address Factor 2 The Evaluation Of Factor 1 Will Take Into Consideration The Education And Current Registration Licensure Or Certification S As Applicable Of Each Person Named For Each Discipline And That Person s Longevity With The Firm Named In Block 15 It Will Also Take Into Consideration The Person s Relevant Project Experience Provided In Block 19 More Weight Will Be Given To Experience With Complex Environmental Compliance And Pollution Prevention Projects That Are Of Scope Magnitude And Complexity Similar To That Described Above In The Paragraph Titled Project Information This Factor May Be Assessed Strengths Or Weaknesses As Appropriate Only The Key Personnel Disciplines Requested In This Solicitation Will Be Evaluated The Basis Of Evaluation For Factor 1 Will Be Information Submitted In Part I Sections E And G Factor 2 Specialized Experience And Technical Competence Sf330 Part I Section F For Factor 2 Offeror s Are To Demonstrate Specialized Experience And Technical Competence For All Products And Studies Associated With Complex Environmental Compliance And Pollution Prevention Projects To Include Strategy Development Plans Data Gathering Analysis Evaluations Studies Designs And Permitting Action Support Which Meets The Definition Of Ae Services As Defined In 40 U S C 1101 And Far 2 101 This Factor Considers Specialized Experience And Technical Competence To Support Mobile District s Environmental Quality Program Specific To Performing Services Similar To Those Described Above In The Paragraph Titled Project Information In Section F Offerors Are To Submit Up To Ten 10 Projects That Best Illustrate The Proposed Team s Qualifications For Award Of A Contract Note The Projects Provided For Factor 1 May Also Be Used To Address This Factor However Not By Reference Only The Definition Of A Project Is As Noted In Project Information And Selection Criteria Above For Each Project Use Only One Page And Note The Contract Or Task Order Number As Applicable The Content Of Section F Is Not To Be Altered And All Items Within Section F Shall Be Answered Completely Six 6 Of The Projects Submitted Shall Specifically Address The Following Areas Of Emphasis And Shall Be Presented In The Order Listed Below Project 1 Clean Air Act Complianceproject 2 Clean Water Act Complianceproject 3 Pollution Prevention Project 4 Gis Data Managementproject 5 Hazardous Waste Hazardous Materials Managementproject 6 Sustainability Asset Management All Projects Must Have Been Completed Within Five 5 Years Of Publication Of This Solicitation Announcement See Block 22 At Least Six 6 Of The Projects Presented Must Show That The Offeror The Firm Submitting The Sf330 As The Prime Contractor Whether As A Prime Contractor Or Subcontractor Performed The Majority Gt 50 Of The Work On The Project To Demonstrate Such Performance Offerors Are To State The Percentage Of Work They Performed If A Proposed Subcontractor Also Worked On The Project State The Percentage Of Work It Performed If An Offeror Submits More Than Six 6 Projects Those Projects Must Reflect Performance Of Work By The Offeror Or One Or More Of Its Proposed Subcontractors For Each Such Project State The Percentage Of Work Performed By The Offeror And Or The Percentage Of Work Performed By Each Proposed Subcontractor Clearly Identify The Project Number As Indicated Above Type And The Offeror s Role On The Project In Block 24 Cost Is The Total Value Of The Project Not Simply The Value Of The Work Performed By The Offeror And Or Any Proposed Subcontractor The Government Reserves The Right To Review Any Official Performance Evaluation System Of Records To Inform Its Source Selection Decision When Completing Section G In Block 26 Along With The Name Of Key Personnel Include The Firm With Whom The Person Is Or Was Associated At The Time The Project Was Performed Those Firms Submitting As Joint Ventures Jv Must Follow The Same Procedures As Any Other Offeror With The Following Exception If The Jv The Offeror Cannot Provide At Least Six 6 Projects That Demonstrate Performance By The Jv Of 50 Or More Of A Project As Either A Prime Contractor Or Subcontractor The Jv May Provide Projects Performed By Any Partner Of The Offering Jv That Reflect Performance Of 50 Or More Of A Project As Either A Prime Contractor Or Subcontractor Of The Projects Submitted As Prescribed Above Relevant Projects Are Those That Reflect The Specialized Experience And Technical Competence Of The Offeror And Or Proposed Subcontractor S As Prime Contractors Or Subcontractors Performing Services Similar To Those Described Above In The Paragraph Titled Project Information More Weight Will Be Given To Experience With Complex Environmental Compliance And Pollution Prevention Projects That Are Of Scope Magnitude And Complexity Similar To That Described Above In The Paragraph Titled Project Information This Factor May Be Assessed Strengths Or Weaknesses As Appropriate The Basis Of Evaluation For Factor 2 Will Be Information Submitted In Part I Sections F And G Factor 3 Work Management Sf330 Part I Section H In Part I Section H The Offeror Must Provide A Proposed Work Management Plan Demonstrating Its Team s Breadth Of Knowledge And Experience With Complex Environmental Compliance And Pollution Prevention Project Support For Military Civil And Federal Agencies The Narrative Should Describe The Corporate Approach Driving Criteria Or Potential Constraints And Examples Of Successful Performance The Narrative Should Specifically Discuss Knowledge Of And Experience With Work Management Planning To Include Quality Management Subcontractor Management Prior Experience Of The Prime Firm And Any Significant Consultant Version Control Management Proactive Internal And External Communication Protocols And Independent Submittal Review Processes In The Context Of Providing Services Under Multiple Task Orders This Factor May Be Assessed Strengths Or Weaknesses As Appropriate Factor 4 Past Performance Sf330 Part I Section H Offerors Shall Demonstrate In Narrative Or Other Format A History Of Customer Satisfaction With The Offeror s Quality Of Work Cost Control And Scheduling Past Performance History Is Not To Be Limited To Information Presented In Factor 2 Past Performance Can Be Substantiated By Presentation Of Cpars Or Ppq Ratings Or Customer Ratings From Other Project Evaluation Systems Customer Excerpts Or Quotes From Prior Evaluations For The Purposes Of Substantiating The Narrative Are Not Desired The Narrative Should Describe The Corporate Approach For Maintaining Success With Customer Satisfaction With The Offeror s Quality Of Work Cost Control And Scheduling This Factor May Be Assessed Strengths Or Weaknesses As Appropriate With More Weight Given To Successful Performance Ratings In These Three Areas On Department Of Defense Contracts Factor 5 Capacity To Accomplish The Work Sf330 Part I Section H All Unrestricted Offerors Are To Clearly Demonstrate The Capacity To Accomplish At Least Four 4 500 000 Task Orders Simultaneously All Small Business Offerors Are To Clearly Demonstrate The Capacity To Accomplish At Least Two 2 500 000 Task Orders Simultaneously This Factor May Be Assessed Strengths Or Weaknesses As Appropriate Factor 6 Sb And Sdb Participation Sf330 Part I Section H Offerors Shall Provide The Extent Of Participation Of Small Businesses Small Disadvantaged Businesses Historically Black Colleges And Universities And Minority Institutions The Participation Is To Be Measures As A Percentage Of The Total Anticipated Contract Effort Regardless Of Whether The Small Businesses Small Disadvantaged Businesses Historically Black Colleges And Universities Or Minority Institutions Are The Prime Contractor Subcontractor Or Joint Venture Partner The Greater The Participation The Greater The Consideration This Factor Is Not To Be Confused With A Formal Subcontracting Plan This Factor Is A Secondary Criteria And Will Only Be Evaluated As A Tie Breaker Among Technically Equal Firms Interviews As Required By Acquisition Regulations Interviews For The Purpose Of Discussing Prospective Contractor Qualifications Will Be Conducted By The Ae Evaluation Board Selection Board Interviews Will Be Held With Those Offerors Deemed By The Board To Be Qualified For Award Interviews Will Be Conducted By Telephone And Will Most Likely Occur The Same Week That The Selection Board Convenes Phone Calls And Personal Visits For The Purpose Of Discussing This Solicitation Are Not Allowed Submission Requirements Interested Ae Firms Or Joint Ventures Jvs With The Capabilities To Perform This Work Are Invited To Submit One 1 Complete Pdf Copy On Compact Disc Cd Or Digital Versatile Disc Dvd Of Their Sf330 Architect Engineer Qualifications Proposal To Department Of The Army Mobile District Corps Of Engineers Cesam En Ts Attn Cheryl Ayler 109 St Joseph Street Mobile Al 36602 The Current Edition Of The Sf330 Must Be Used And May Be Obtained From The Government Printing Office Or From The Following Web Site Http Www Gsa Gov Portal Forms Download 116486 Pdfs Shall Be Compatible With Adobe Acrobat Xi Or An Earlier Version Proposals Submitted In A Format Other Than As Described Above Will Not Be Accepted All Offerors Responding To This Solicitation Must Identify In The Sf330 And Label The Cd Or Dvd With Their Company Name Solicitation Number And Category For Which They Are Submitting Proposals Not Identifying Which Category They Are Submitting Will Be Considered Unrestricted For Evaluation Purposes Separate Proposal Responses Must Be Submitted For Each Category In Which An Offeror Wants Consideration All Offerors To Include Jvs Submitting Proposals Shall Obtain A Duns Number Include The Duns Number In Part I Section B Block 5 Next To The Name Of The Firm Additionally All Offerors To Include Jvs Must Be Registered In The System For Award Management Sam For Instructions On Registering With The Sam Go To Https Www Sam Gov Portal Public Sam Jvs Are To Include A Fully Executed Jv Agreement With Their Proposal At Part Ii Jvs Submitting As 8 A Are To Include A Jv Agreement That Has Been Reviewed By Their Respective Sba District All Fonts Shall Be At Least 12 Or Larger In Arial Not Arial Narrow To Include Text Tables And Figures Pages Shall Be 8 1 2 Inches By 11 Inches The Organization Chart Required In Part I Section D And The Matrix Required By Part I Section G May Be Presented On A Sheet Up To 11 Inches By 17 Inches Folded Neatly To 8 1 2 Inches By 11 Inches Each Counting As One Page Respectively Do Not Use Multi Column Formatting The Pdf Copy On Cd Or Dvd Is To Be Organized As Indicated Below Part I Of The Sf330 Shall Not Exceed 50 Pages Front Side Only Excluding Tabs Separators And Blank Sheets And Shall Be Organized As Follows Tab A Sf330 Part I Sections A B C And D Tab B Sf330 Part I Section E Tab C Sf330 Part I Section F Tab D Sf330 Part I Section G Tab E Sf330 Part I Sections H And I Part Ii Of The Sf330 Shall Not Exceed 30 Pages Front Side Only Excluding Tabs Separators And Blank Sheets A Part Ii Is Required For Each Branch Office Of The Offeror And Any Subcontractor That Will Perform A Key Role Under The Contract Part Ii Shall Be Organized As Follows Tab F Sf330 Part Iitab G Joint Venture Agreement As Applicable This Document Does Not Count Against The Page Limitation For Part Ii Offers Must Be Received At The Address Indicated Above No Later Than Noon Central Time On 14 March 2019 The Agency Will Not Accept Any Offers Received After This Time And Date To Verify Your Submittal Has Been Delivered You May Email Ms Cheryl Ayler At Cheryl L Ayler Usace Army Mil The Selection Board Is Tentatively Scheduled To Commence On Or About 01 April 2019 All Questions Shall Be Submitted Via The Bidder Inquiry Portal In Projnet At Http Www Projnet Org Projnet No Other Means Of Communication E Mail Fax Or Telephone Will Be Accepted Questions Should Be Submitted No Later Than 28 February 2019 Noon Central Time To Allow Time For A Response On This Date And Time The Portal Will Be Closed To Submit And Review Inquiries Firms Will Need To Be Current Registered Users Of The Projnet System To Register Go To The Link Above Click The Bid Tab Select Bidder Inquiry Select Usace Enter The Bidder Inquiry Key For This Solicitation As Listed Below And Your E Mail Address And Then Click Login Complete All Required Information And Then Click Create User Verify That Information On The Next Screen Is Correct And Click Continue From This Page You Can View All Bidder Inquiries For This Solicitation Or Add An Inquiry Offerors Or Bidders Will Receive An Acknowledgement Of Their Question Via E Mail Followed By A Response To Their Question After It Has Been Processed By Our Team The Solicitation Number Is W9127818r0093 The Bidder Inquiry Key Is U7p8qb V6myy6 Firms Are Requested To Review The Bidder Inquiry Portal For Previous Questions And Responses Prior To Submission Of A New Inquiry On The Portal Caution Any Inquiry Submitted And Answered Within This System Will Be Accessible To View By All Firms Interested In This Solicitation The Call Center For The Projnet Operates Weekdays From 8 Am To 5 Pm U S Central Time Zone The Telephone Number Is 1 800 428 Help
Contact Information
Other Detail
View Notice Now...
Fill Detail for Getting Instant Access
Download Tender Document / Tender Notice
Dear Sir,
Warm Greetings from TenderDetail.com !!
We have received Tender Document request for the TDR No : 29333499
Tender Notice along with it's Attachments ( Tender Document / Scan Image of News Paper)
sent to your Email Address :.
Please check your email for Tender Document.