Search Contract Opportunities

Multiple Environmental Government Acquisition (MEGA)-Restricted   14

ID: W912DY-16-R-0077 • Type: Synopsis Solicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Jan. 22, 2018, 3:45 p.m. EST
Amendment 005 is issued updating evaluation criteria stated in section M of the RFP. Please see the updated RFP. The closing date and time was NOT extended.
Posted: Sept. 18, 2017, 5:24 p.m. EDT
This is a combined Synopsis/Solicitation.
1.0 CONTRACT INFORMATION

General. This acquisition is being offered as a restricted acquisition with awards set-aside for small business concerns. This MEGA - Restricted contract will support work assigned to the U.S. Army Corps of Engineers (USACE), including but not limited to: Department of Defense Environmental Restoration Program; Formerly Used Defense Sites; Military Munitions Response for various Department of Defense (DoD) customers including conventional munitions, and other munitions-related services; DoD Environmental Compliance Program, Environmental Support for Others Program; support to the Environmental Protection Agency including Superfund and Brownfield Programs; Formerly Utilized Sites Remedial Action Program; environmental cleanup for various military customers; environmental stewardship; and other environmental related regulatory programs.
The proposed multiple award Indefinite Delivery Indefinite Quantity (IDIQ) contract will consist of a three-year base period and one, two-year option period. The multiple award IDIQ contract will be solicited and procured using Best Value tradeoff methodology in accordance with Federal Acquisition Regulation (FAR) Part 15.101. The government anticipates award to a target of five (5) eligible Small Business Offerors. However, the Government reserves the right to select more, less, or none at all. The pool of contractors which successfully receives an award will share the total contract capacity of $400,000,000.00. Task orders issued under this multiple award IDIQ contract may be Firm-Fixed Price (FFP) and/or Cost-Plus Fixed Fee (CPFF).
2.0 PROJECT INFORMATION

2.1 Description of Work. Services that may be required in a MEGA - Restricted task order include, but are not limited to: preparation of work plans; studies with associated reports; multiple phases of field investigations; preliminary assessments; site inspections and remedial site inspections; remedial investigations; feasibility studies; engineering evaluation and cost analysis; action memorandums; proposed plans; decision documents; record of decisions, monitoring well installation and sampling; short and long term monitoring/long term operations or long term response action; data management; data interpretation; engineering evaluation and corrective actions; optimization studies; ground-water modeling; geophysical surveys; remediation cost estimates; management of non-hazardous and hazardous investigative derived waste; environmental and human health risk assessments; risk based remediation; air emission issues including vapor intrusion; surface water discharge, applying for environmental permits, remedial design; well abandonment; meetings; public meeting participation; preparation of presentation material both written and visual; hydrological, sediment and soil studies; project reports; engineering support and/or design; value engineering studies; operations and maintenance for hazardous, toxic, and radioactive waste sites; energy evaluations for remediation systems; remedial action plans; remedial actions; removal action plans; removal actions; construction support; range clearance activities; site closeout/decision documents; abandoned mines program support; environmental building assessments to include asbestos, lead-based paint, Polychlorinated Biphenyls and other regulated materials; environmental assessments; other military munitions activities; and future project programming and scheduling support.
2.2. Location of Work. This work may occur at sites located throughout the United States, including Alaska and Hawaii, the U.S. territories, outlying areas as defined by FAR 2.101, and territorial waters. The services provided under this contract will be used in support of various Department of Defense Commands and Installations and other federal agencies, where sponsored by an appropriate U.S. Government agency.
2.3 Security Considerations. When work is performed at a military installation, the Contractor shall comply with all security requirements of that installation. In accordance with Engineering Regulation, ER 380-1-18 (http://www.publications.usace.army.mil/), Section 4, foreign nationals who work on USACE contracts or task orders shall be approved by the HQUSACE Foreign Disclosure Officer or higher before beginning work on the contract/task order. This regulation includes subcontractor employees. The contractor shall submit to the Contracting office the names of all foreign nationals proposed for performance under this contract/task order, along with documentation to verify that he/she was legally admitted into the United States and has authority to work in the U.S. Additional security requirements may apply such as those required to fulfill OPORD 2013-74 (Integrating Antiterrorism (AT) and Operations Security (OPSEC) into the USACE Acquisition Process).
3.0 BASIS FOR AWARD

This requirement will be competed on a restricted small business set-aside basis using the FAR Part 15 best value tradeoff method. Awards will be made on the basis of technical capability and management, technical approach to the sample task order, past performance, and price/cost. The price/cost proposal, which consists of pricing for the sample task order and pricing for the professional categories and supplemental direct and indirect rates to establish maximum ceiling rates will be used to conduct a price evaluation for the award of the IDIQ contract. The Government intends to make awards(s) without discussions; however, the Government reserves the right to hold discussions if necessary in accordance with FAR 15.306. If a competitive range is established, the Government may limit the number of proposals in the competitive range for purposes of efficiency. The Government reserves the right to make staggered awards. Later awarded contracts will have an initial period of performance that will be less than the full three year base period in duration and will end on the same date as all other contractors which receive a basic IDIQ award. The option period will be the same for all awardees, if exercised. If determined to be in the Government's interest to hold discussions, discussions may be held with Offerors remaining in the competitive range after initial awards have been made to some Offerors.
All evaluation factors other than price/cost, when combined, are significantly more important than price/cost (Factor 4). Factors 1: Technical Capability and Management and 2 Technical Approach to the Sample Task Order when combined are significantly more important than Factor 3: Past Performance. All factors will be considered in the tradeoff to determine Best Value. To receive consideration for award, a rating of no less than "Acceptable" must be achieved for Factors 1 and 2. A rating of no less than "Satisfactory Confidence" or "Unknown Confidence (Neutral)" must be achieved for Factor 3 Past Performance. The proposed prices in Factor 4 will be evaluated as follows: FFP elements will be evaluated for fairness and reasonableness. CPFF elements will be evaluated for fairness, reasonableness and realism.
NOTE. ALL OFFERORS SHOULD DIRECT THEIR ATTENTION TO THE LIMITATIONS ON SUBCONTRACTING CLAUSE FOUND IN FAR 52.219-14.
After the Government individually evaluates and rates each proposal, the Source Selection Authority (SSA) will determine which proposal represents the best value. The Government reserves the right to accept other than the lowest priced offer, or to reject all offers. The Government will not award a contract to an Offeror whose proposal contains a deficiency, as defined in FAR 15.001. If there is/are lower priced, conforming offer(s), the source selection official must determine that the added value of a more expensive proposal would justify award to that Offeror. For the purpose of the best value tradeoff for the IDIQ awards, the prices for the sample task order will be used.
NOTE. ALL NON-PRICED FACTORS WHEN COMBINED ARE SIGNIFICANTLY MORE IMPORTANT THAN PRICE.
4.0 FACTORS TO BE EVALUATED
VOLUME I, FACTOR 1: TECHNICAL CAPABILITY AND MANAGEMENT
Tab 1 - Technical Capability
Tab 2 - Organization/Management
Element 1 - Quality Management/Quality Control Program and Corporate Business Practices
Element 2 - Contractor Safety and Health Program
Element 3 - Key Personnel and Other Resources
Element 4 - Organizational Structure
VOLUME II, FACTOR 2: TECHNICAL APPROACH TO THE SAMPLE TASK ORDER
Tab 1 - Discussion of Site, Assumptions, and Required Submittals
Tab 2 - Staffing Plan
Tab 3 - Field Work
Tab 4 - Hazards and Safety Identification
Tab 5 - Performance Based Milestones and Time Schedule
Tab 6 - Basis of Estimate
VOLUME III, FACTOR 3: PAST PERFORMANCE
Tab 1 - Past Performance Project Narratives
Tab 2 - Past Performance Questionnaires
VOLUME IV, FACTOR 4: PRICE/COST AND OTHER COST RELATED INFORMATION
SECTION I: General Information
Tab 1 - SF33
Tab 2 - Representations and Certifications
Tab 3 - Joint Venture / Mentor-Prot g Agreements and approvals (if applicable)
SECTION II: Price/Cost/Cost Related Information
Tab 1 - Supplies or Services and Prices/Cost Schedule
Tab 2 - Supporting Documentation for Rates in Attachment H
Tab 3 - Sample Task Order Costs and Basis of Estimate
Tab 4 - DCMA ACO Data or Other Equivalent Information
Awards will be made to Offeror(s) whose technical submittal and price proposal meet the requirements of the solicitation and offers the best value to the Government. Proposals shall include sufficient detailed information to allow complete evaluation. The Government reserves the right to reject any and all offers. Offerors are reminded that while the Government may elect to consider data obtained from other sources for past performance, the burden of proof of acceptability rests with the Offeror.
5.0 SUBMISSION REQUIREMENTS.
Offerors must register in the System for Award Management (SAM) at www.sam.gov prior to submission of proposals. This solicitation will be issued in electronic format only. Paper copies of this solicitation will not be available. Other methods of requesting this solicitation will not be honored. The solicitation will be posted to FedBizOpps at www.fedbizopps.gov, and is available to contractors without charge. Contractors can search for the solicitation by the solicitation number. Offerors can register on the FedBizOpps site for the vendor collaboration tool so that possible partnerships and subcontracting opportunities can be identified. It is the Offeror's responsibility to check the internet address provided as necessary for any posted changes to this solicitation and all amendments.
Point of Contacts:
LaShonda Smith (Contract Specialist)
Office Number: 256-895-1219
lashonda.smith@usace.army.mil
Gosia Thompson (Contract Specialist)
Office Number: 256-895-1133
gosia.m.thompson@usace.army.mil
Althea Rudolph (Contracting Officer)
Office Number: 256-895-1657
althea.r.rudolph@usace.army.mil
Potential firms are to post questions at www.projnet.org using bidder inquiry key SXRF79-T59YS2. The deadline for posting questions is 1400 (2:00 pm) Central Time, 13 October 2017.

Overview

Response Deadline
Jan. 31, 2018, 3:00 p.m. EST (original: Nov. 30, 2017, 3:00 p.m. EST) Past Due
Posted
Sept. 18, 2017, 5:24 p.m. EDT (updated: Jan. 22, 2018, 3:45 p.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
US Army Corps of Engineers, Huntsville Center HUNTSVILLE, AL 35807-4301 USA
Source
SAM

Current SBA Size Standard
$25 Million
Pricing
Fixed Price; Cost Plus Fixed Fee;
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Vehicle Type
Indefinite Delivery Contract
On 9/18/17 Engineering Support Center Huntsville issued Synopsis Solicitation W912DY-16-R-0077 for Multiple Environmental Government Acquisition (MEGA)-Restricted due 1/31/18. The opportunity was issued with a Small Business (SBA) set aside with NAICS 562910 (SBA Size Standard $25 Million) and PSC F.
Primary Contact
Title
Contract Specialist
Name
Gosia Thompson M   Profile
Phone
(256) 895-1133

Secondary Contact

Title
Contracting Officer
Name
Althea Ruldolph   Profile
Phone
(256) 895-1657

Documents

Posted documents for Synopsis Solicitation W912DY-16-R-0077

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation W912DY-16-R-0077

Award Notifications

Agency published notification of awards for Synopsis Solicitation W912DY-16-R-0077

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation W912DY-16-R-0077

Contract Awards

Prime contracts awarded through Synopsis Solicitation W912DY-16-R-0077

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W912DY-16-R-0077

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W912DY-16-R-0077

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > OTHER DIVISION > W2V6 USA ENG SPT CTR HUNTSVIL
FPDS Organization Code
2100-W912DY
Source Organization Code
100221637
Last Updated
Feb. 15, 2018
Last Updated By
PI33_DR_IAE_51681
Archive Date
Feb. 15, 2018