Opportunity: Great Lakes Architect Engineer Services (GLAES II)

Description 

This is an amendment to provide attachments to EPA responses to questions received by the required deadline. THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR STANDARD FORM (SF) 330'S ARCHITECT-ENGINEER QUALIFICATION PACKAGES ONLY. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. THE GOVERNMENT WILL NOT PAY, NOR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. CONTRACT INFORMATION The US Environmental Protection Agency (EPA) Region 5 Office is seeking Architect-Engineering services to support the Great Lakes National Program Office (GLNPO). The Great Lakes Architect-Engineer Services (GLAES) contract will provide professional Architect-Engineer services to support contaminated sediment design activities, habitat restoration design/evaluation support, and contaminated sediment remedial oversight (see attached Statement of Work (SOW)). The GLAES contract is being procured in accordance with the Brooks Act and implemented through the Federal Acquisition Regulation (FAR) Subpart 36.6 Architect-Engineer Services. A firm will be selected for negotiation based on demonstrated competence and qualifications for the required work. In accordance with FAR 36.209 Construction Contracts with Architect-Engineer Firms, no contract for the construction of a project shall be awarded to the firm that designed the project or its subsidiaries or affiliates, except with the approval of the head of the agency or authorized representative. EPA intends to award one (1) Indefinite Delivery-Indefinite Quantity (ID/IQ) contract with a maximum contract value of $25,000,000 and an ordering period of five (5) years. The guaranteed minimum value of this requirement is $100,000. Each individual task order shall be separately negotiated based on the A-E effort involved. Task Orders will be issued as firm fixed price and/or time and materials. In no event will the value of the total task orders issued under this contract exceed the maximum contract value. This requirement is a small business set-aside. The North American Industrial Classification System (NAICS) code for this acquisition is 562910, with a small business size standard of 750 employees. Firms submitting a qualification package must have an active and valid registration in the System for Award Management (www.sam.gov). INSTRUCTIONS TO OFFERORS EPA requires vendors to be registered in FedConnect. Registration instructions are included below: Vendors can register with FedConnect at www.fedconnect.net/FedConnect/. Please note that FedConnect is used by multiple federal agencies and therefore FedConnect assistance will be provided by Compusearch Software Systems, not the EPA. More information about registration requirements can be found by downloading the FedConnect Ready, Set, Go! Guide at www.fedconnect.net/FedConnect/PublicPages/FedConnect_Ready_Set_Go.pdf. For assistance in registering, or for other FedConnect technical questions please call the FedConnect Help Desk at (800) 899-6665 or email at support@fedconnect.net. http://www.epa.gov/oam/fedconnect.pdf A-E firms meeting the requirements described in this announcement are invited to submit a SF 330, Architect-Engineer Qualifications, Parts I and II and any requested supplemental data electronically via www.fedconnect.gov. Submissions are due by March 20, 2018 at 4:30 p.m. Central Standard Time. No hard copies will be accepted. Please do not submit any pricing information with the SF 330 package. All questions shall be submitted electronically via FedConnect. All questions shall be received no later than close of business February 28, 2018. Questions received by this date will be answered via an amendment to this announcement. Questions not submitted electronically or received after the due date will not be considered. The SF 330 package shall include a cover letter including company name, point of contact information to include phone number and email, DUNS number, CAGE code, and business type. The firm shall provide a statement in the cover letter confirming whether or not there are executed teaming agreements in place for team members as part of the SF-330 submittal. The statement shall also list team members. (Contractor teaming arrangements are defined as (1) a partnership or joint venture between two or more companies or (2) an agreement for a specific Government opportunity between a potential prime contractor and one or more companies that are potential subcontractors.) The SF 330 shall be completed in accordance with the instructions provided in the form and any additional instructions provided in this announcement. Firms are to provide one (1) complete pdf package per team. Due to FedConnect system limitations, individual attachments cannot exceed 25 MB or 100 MB total for all attachments. In the event the PDF document exceeds the maximum size limit, submit multiple attachments. EPA will evaluate firm's SF 330 in accordance with the below evaluation criteria. Submission packages for each firm is limited to 45 total pages. Information included in the SF 330 sections shall be single spaced with no smaller than 12-point Arial font. When using SF 330 forms, adhere to all margins presented in the forms. Headers and footers that do not alter the margins are allowed for page numbers, logos, disclaimers, and other non-proposal/formatting functions. EPA will accept resumes for key personnel only. Each resume is limited to two pages (single-sided). Page one is the Section E form page, which may be modified as follows: Firms can expand Section 19 (relevant projects) as needed as long as it is within the resume limitation of two pages. Firms shall submit, at a minimum, the information specified for the five required key personnel (Program Manager, Principal Engineer, Principal Scientist, Senior Engineer, and Senior Scientist).Firms may propose up to an additional five (5) key personnel whom they may find appropriate and beneficial to this requirement. Each additional key personnel is limited to two pages (single-sided). The maximum number of key personnel that firms may propose is ten (10): five (5) required and 5 optional. In Section H of the SF 330, firms shall discuss its team's management approach and ability to maintain staff as described in the evaluation criteria. The narrative shall be limited to 8 total pages, 8 1/2 x 11, with no less than 1" margins (top, bottom, left, right), and no less than 12-point Arial font size. The submission may contain text, pictures, overheads, charts and graphs. Any charts, graphics, tables, et cetera, if provided, are included within the 8 total pages. Firms shall submit a maximum of five (5) Past Performance Questionnaires (PPQ). The template for the PPQ is attached to this notice. Firms are responsible for ensuring that the PPQ¿s that it wants to be considered as part of the Government evaluation are submitted before the closing date of this synopsis. For this small business set-aside solicitation, at least 5 of the submitted projects in Section F of the SF 330 shall be work done as the prime contractor. If the full statement of work cannot be performed solely by the firm, the firm shall clearly demonstrate how resources will be accessed over the period of performance of the contract. This discussion shall be included in Section H of the SF 330, if applicable. EVALUATION CRITERIA Firms responding to this notice will be evaluated in accordance with FAR Subpart 36.6 and using the selection criteria listed below. The factors are listed in order of importance. The selection process will consist of an initial evaluation of the SF 330s by the review board. The board will then establish a short list of the highest rated firms. All firms not selected for the short list will be notified. After discussions have concluded, the highest rated firm selected will receive the solicitation with subsequent negotiations to follow. If negotiations are not successful with the highest rated firm, they will continue with the next highest firm. (1) Technical Experience and Competence: A firm's technical experience will be evaluated based upon the demonstrated understanding, capability and expertise to perform all of the tasks within the Statement of Work (SOW) as described below: -Proven understanding and expertise in contaminated sediment site characterizations (including sediment chemistry/sediment toxicity concordance), habitat evaluation, remedial investigations, feasibility studies, and risk assessments -Demonstrated competence in design of remedial solutions to address contaminated sediments and habitat restoration within a larger dynamic system across multiple engineering and scientific disciplines, and competence in preparing construction packages suitable for solicitation. -Practical experience in developing scientifically defensible innovative technical approaches, tools and technologies to contaminated sediment remediation and habitat restoration. -Experience and competence in data gathering, analysis, data gap analysis, reporting and data base management. -Experience in coordination and comprehensive logistical support of conference calls, webinars, public and private meetings involving multiple stakeholders relevant to the SOW. -Experience in construction support and oversight (2) Professional Qualifications and Experience: A firm's key personnel will be evaluated on the extent to which they possess the appropriate technical knowledge, experience and expertise on the programs and subject matter described in the SOW. The qualifications and experience of key personnel will be evaluated through information provided in the SF 330 and key personnel resumes. Management Personnel: -Education - level and focus of degrees or programs completed that affect the firm¿s ability to successfully perform the SOW -Technical, management and financial experience and skills -breadth, depth, and recentness of relevant experience that may affect the firm's ability to successfully perform the SOW Technical Personnel: -Education -level and focus of degrees or programs completed that affect the firm¿s ability to successfully perform the SOW -Technical and management experience -breadth, depth. and recentness of relevant experience that may affect the firm's ability to successfully perform the SOW - Professional certifications and licenses of technical personnel relevant to the SOW (3) Past Performance: A firm's past performance will be evaluated on the demonstrated quality of the firm's past performance of contracts and subcontracts performed during the past five (5) years, which are similar in size, scope and complexity to this requirement. EPA is not limited to the past performance references submitted by a firm. EPA may seek information for this criterion from the firm's clients identified through other means including the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS), and additional references provided by the firm. The following factors will be considered when evaluating the firm's past performance: Reported levels of performance on previous similar projects in the areas of: -Quality of service -Timeliness -Cost control -Business relations (4) Capacity to accomplish the work in the required time -Taking into consideration current and projected workload commitments, the firm's ability to provide available, experienced and fully trained personnel at the skill levels, disciplines, and quantities to perform the stated volume of work. This is an amendment to provide EPA responses to questions received by the required deadline. THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR STANDARD FORM (SF) 330'S ARCHITECT-ENGINEER QUALIFICATION PACKAGES ONLY. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. THE GOVERNMENT WILL NOT PAY, NOR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. CONTRACT INFORMATION The US Environmental Protection Agency (EPA) Region 5 Office is seeking Architect-Engineering services to support the Great Lakes National Program Office (GLNPO). The Great Lakes Architect-Engineer Services (GLAES) contract will provide professional Architect-Engineer services to support contaminated sediment design activities, habitat restoration design/evaluation support, and contaminated sediment remedial oversight (see attached Statement of Work (SOW)). The GLAES contract is being procured in accordance with the Brooks Act and implemented through the Federal Acquisition Regulation (FAR) Subpart 36.6 Architect-Engineer Services. A firm will be selected for negotiation based on demonstrated competence and qualifications for the required work. In accordance with FAR 36.209 Construction Contracts with Architect-Engineer Firms, no contract for the construction of a project shall be awarded to the firm that designed the project or its subsidiaries or affiliates, except with the approval of the head of the agency or authorized representative. EPA intends to award one (1) Indefinite Delivery-Indefinite Quantity (ID/IQ) contract with a maximum contract value of $25,000,000 and an ordering period of five (5) years. The guaranteed minimum value of this requirement is $100,000. Each individual task order shall be separately negotiated based on the A-E effort involved. Task Orders will be issued as firm fixed price and/or time and materials. In no event will the value of the total task orders issued under this contract exceed the maximum contract value. This requirement is a small business set-aside. The North American Industrial Classification System (NAICS) code for this acquisition is 562910, with a small business size standard of 750 employees. Firms submitting a qualification package must have an active and valid registration in the System for Award Management (www.sam.gov). INSTRUCTIONS TO OFFERORS EPA requires vendors to be registered in FedConnect. Registration instructions are included below: Vendors can register with FedConnect at www.fedconnect.net/FedConnect/. Please note that FedConnect is used by multiple federal agencies and therefore FedConnect assistance will be provided by Compusearch Software Systems, not the EPA. More information about registration requirements can be found by downloading the FedConnect Ready, Set, Go! Guide at www.fedconnect.net/FedConnect/PublicPages/FedConnect_Ready_Set_Go.pdf. For assistance in registering, or for other FedConnect technical questions please call the FedConnect Help Desk at (800) 899-6665 or email at support@fedconnect.net. http://www.epa.gov/oam/fedconnect.pdf A-E firms meeting the requirements described in this announcement are invited to submit a SF 330, Architect-Engineer Qualifications, Parts I and II and any requested supplemental data electronically via www.fedconnect.gov. Submissions are due by March 20, 2018 at 4:30 p.m. Central Standard Time. No hard copies will be accepted. Please do not submit any pricing information with the SF 330 package. All questions shall be submitted electronically via FedConnect. All questions shall be received no later than close of business February 28, 2018. Questions received by this date will be answered via an amendment to this announcement. Questions not submitted electronically or received after the due date will not be considered. The SF 330 package shall include a cover letter including company name, point of contact information to include phone number and email, DUNS number, CAGE code, and business type. The firm shall provide a statement in the cover letter confirming whether or not there are executed teaming agreements in place for team members as part of the SF-330 submittal. The statement shall also list team members. (Contractor teaming arrangements are defined as (1) a partnership or joint venture between two or more companies or (2) an agreement for a specific Government opportunity between a potential prime contractor and one or more companies that are potential subcontractors.) The SF 330 shall be completed in accordance with the instructions provided in the form and any additional instructions provided in this announcement. Firms are to provide one (1) complete pdf package per team. Due to FedConnect system limitations, individual attachments cannot exceed 25 MB or 100 MB total for all attachments. In the event the PDF document exceeds the maximum size limit, submit multiple attachments. EPA will evaluate firm¿s SF 330 in accordance with the below evaluation criteria. Submission packages for each firm is limited to 35 total pages. Information included in the SF 330 sections shall be single spaced with no smaller than 12-point Arial font. When using SF 330 forms, adhere to all margins presented in the forms. Headers and footers that do not alter the margins are allowed for page numbers, logos, disclaimers, and other non-proposal/formatting functions. EPA will accept resumes for key personnel only. Each resume is limited to two pages (single-sided). Page one is the Section E form page, which may be modified as follows: Firms can expand Section 19 (relevant projects) to allow three rather than five projects on that page. If that is done, a second page is allowed for up to two additional projects. The spacing for each project on page 2 shall be equivalent to the space allotted for each project on page 1. Firms shall submit, at a minimum, the information specified for the five required key personnel (Program Manager, Principal Engineer, Principal Scientist, Senior Engineer, and Senior Scientist). In Section H of the SF 330, firms shall discuss its team¿s management approach and ability

Overview 
Reference number: SOL-R5-17-00006
Issue date: 03/07/2018
Response due: 03/20/2018 12:00 AM US/Eastern

Set Aside: Total Small Business
NAICS: 562910
PSC / FSC: C219-ARCHITECT AND ENGINEERING- GENERAL: OTHER

Agency: EPA

Contracting office:

77 W Jackson Blvd.
Chicago, IL 60604


Place of Performance:




Contact: Latrice Haggerty
Phone:
Fax:
Email: Haggerty.Latrice@epa.gov

Vendors conference:

Location:



Details:



What do I do now?
This is the opportunity summary page. To the left you will see a description and an overview of this opportunity. To the right you will see a list of the attached documentation. To view any of the attachments, simply click the attachment name.



Registered Users
To register interest in this opportunity or to electronically respond, you must first sign in. Click the Sign In button below.





Non Registered Users
You can view this or any other public opportunity. However, registered users have numerous added benefits including the ability to submit questions to the agency, receive emails concerning updates and amendments, create and manage a response team and submit responses directly through this site.

Becoming a registered user is fast, free and takes only a few minutes. To get started, click the Register Now button below.

  




Documentation 

© 2024 Unison Software, Inc. All rights reserved. Terms of Service and Use About FedConnect