multiple environmental government ... government...technical approach, show understanding of team...
TRANSCRIPT
217217217
200200200
255255255
000
163163163
131132122
2396553
110135120
1129256
62102130
1025648
130120111
237237237
8011927
252174.59
“The views, opinions and findings contained in this report are those of the authors(s) and should not be construed as an official Department of the Army position, policy or decision, unless so designated by other official documentation.”
U.S. Army Engineering and Support Center, Huntsville 24 October 2017
MULTIPLE ENVIRONMENTAL GOVERNMENT ACQUISITION (MEGA) RESTRICTEDVIRTUAL INDUSTRY DAY
1
GOVERNMENT REPRESENTATIVES
Betina Johnson– Division Chief, Ordnance & Explosives Design Center
Kim Meacham- Chief, Environmental Protection & Utilities Branch
Althea Rudolph– Contracting Officer, Pre-Award
Gosia Thompson- Contract Specialist, Pre-Award
Melanie Braddock-Office of Counsel
Karen Baker– Deputy, Office of Small Business Programs
File Name
2
RULES OF ENGAGEMENT
Everything discussed is subject to change!
Submit your questions via Bidder Inquiry in ProjNet at http://www.projnet.org/projnet. The Solicitation Number is W912DY-16-R-0077 The Bidder Inquiry Key is SXRF79-T59YS2
We are looking for your INPUT!
Look for the Survey, Presentation Slides, and Attendees List on FedBizOpps.gov
File Name
3
AGENDA
• Huntsville Center Overview
• MEGA Mission and Background
• MEGA Services Provided
• Overview of Acquisition Strategy
• Office of Counsel Reminders
• Small Business
• Wrap up
4
217217217
200200200
255255255
000
163163163
131132122
2396553
110135120
1129256
62102130
1025648
130120111
237237237
8011927
252174.59
Ms. Betina JohnsonDivision Chief, Ordnance & Explosives Design Center
MISSION AND BACKGROUND
USACE MISSIONS
File Name
6
Military Missions
Military Construction∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙
COCOM Support, OverseasContingency Operations ( OCO )
∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙
Installation Support, Environmental,Energy and Sustainability Civil Works
Navigation, Flood Control,Disaster Response, Shore Protection,
Hydropower, Water Supply,Regulatory, Recreation,
Environmental Restoration
Contingency Operations
“Whole of Government”Disaster Response and Recovery
∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙
Life-Cycle Flood Risk Management∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙
Critical Infrastructure
Real Estate – Acquire, Manage and Dispose / DoD Recruiting Facilities / Contingency Operations
Research and Development
Warfighter∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙
Installations and Energy∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙
Environment∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙
Water Resources
Geospatial Support
Common Operating Picture / Environment∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙ Civil Works Programs∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙
Military Programs∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙
Emergency and Contingency OperationsInternational and Interagency
Federal / State / Local∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙
“Whole of USACE” Capabilities∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙∙
Capacity Development
CEHNC – MISSION AND VISION
Huntsville Center MissionThe U.S. Army Engineering and Support Center serves the U.S. Forces, their Families and the nation by providing specialized technical expertise, global engineering solutions, and cutting edge innovations through centrally managed programs in support of national interests.
Huntsville Center VisionA world class workforce with an expeditionary mindset providing effective, innovative, global engineering solutions to unique, complex, and high-risk missions in strengthened partnership with our strategic allies, in support of the Warfighter, their Families, and the nation.
7
U.S. ARMY ENGINEERING & SUPPORT CENTER, HUNTSVILLE
Supporting DoD Operations Worldwide
Programmatic & Functional Missions Global Area of Operation, $2B AnnuallyWe do the Hazardous, Complex, Unusual We Integrate, Standardize, Economize Supporting Sustainment and Retrograde
Range and Mine Field Clearance
Munitions and UXO Disposal
Environmental Response
Physical and Electronic Security Medical Facility Design & Retrofit
Energy Conservation Facility Maintenance and Repair
Global Mission Areas
William J. SargentDirector, Ordnance & Explosives
Arthur Martin, IIIActing Director, Installation Support & Program
Management Directorate
8
MEGA SERVICES
The objective of this Multiple Award Task Order Contract (MATOC) is to procure the services of Small Business firms to perform Military Munitions Response Program (MMRP) responses involving conventional munitions; Environmental Compliance and Remediation Services (ECRS); and Other Munitions-Related Services (OMRS), as necessary to enable lands and waters to be safely and efficiently used for their intended purpose
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.
File Name
9
HISTORY OF PROCUREMENT
2004-2010 Military Munitions Response Program - EXPIRED
2009-2017 Worldwide Environmental Remediation Services (UR) - EXPIRED 2010-2017 Worldwide Environmental Remediation Services (R) - EXPIRED
2016-2021 Multiple Environmental Government Acquisition (MEGA) HNC Unrestricted – CURRENTLY IN USE
2017-2022 International Remediation Environmental Services (IRES) HNC Unrestricted – CURRENTLY IN USE
(TBD) MEGA Restricted (aka Small Business Set- Aside Environmental Remediation Services
(ERS) with Military Munitions)
File Name
10
HISTORICAL CUSTOMERS
Army Installations Army National Guard (ANG) Army Reserves (AR) Air Force Installations Navy Installations Marine Installations Air Force Center for Environmental Command (AFCEC) Air Force National Guard (AFNG) Army G3 office Missile Defense Agency (MDA) Formerly Used Defense Site (FUDS) Program Formerly Used Sites Remedial Action Program (FUSRAP) Base Realignment and Closure (BRAC) Office Installation Management Command (IMCOM) Assistant Chief of Staff - Installation Management (ACSIM) Army Environmental Command (AEC) Deputy Assistant Secretary of the Army (Environment, Safety and Occupational
Health (DASA (ESOH)) Defense Logistics Agency (DLA)
File Name
11
TYPES OF FUNDING
Operations and Maintenance – Army (OMA) Defense Environmental Restoration Program-Formerly
Utilized Defense Sites (DERP-FUDS) Defense Environmental Restoration Program-Formerly
Utilized Sites Remedial Action Program (DERP-FUSRAP) DERP - Active DERP - Base Realignment and Closure (BRAC) Research, Development, Test & Evaluation (RDT&E) Other types of funds, as appropriate
File Name
12
EXAMPLE – ENVIRONMENTAL COMPLIANCE & REMEDIATION SERVICES
File Name
13
EXAMPLE WORK – MILITARY MUNITIONS RESPONSE PROGRAM
File Name
14
EXAMPLE WORK – OTHER MUNITION RELATED SERVICES
File Name
15
TASK ORDERS
Task Orders issued under this Contract may be Firm-Fixed Price and/or Cost- Reimbursable incorporating the Service Contract Labor Standards (formally known as the Service Contract Act) and/or the Construction Wage Rate Requirements (formally known as the Davis Bacon Act) Wage Determinations, as applicable, depending on the type of work being performed in each individual Task Order.
For each Task Order under this contract, the Government will provide a specific Scope of Work (SOW) or PWS describing at a minimum thework required to be performed, performance metrics, schedule requirements, types and numbers of submittals, and places for review.
File Name
16
217217217
200200200
255255255
000
163163163
131132122
2396553
110135120
1129256
62102130
1025648
130120111
237237237
8011927
252174.59
“The views, opinions and findings contained in this report are those of the authors(s) and should not be construed as an official Department of the Army position, policy or decision, unless so designated by other official documentation.”
Kim Meacham- Chief, Environmental Protection & Utilities Branch
SCOPE OF SERVICES17
File Name
TYPES OF WORK Preliminary Assessment; Site Inspection; Remedial Investigation & Feasibility Study; Engineering Evaluation and Cost Analysis; Action Memorandum; Proposed Plan; Decision Document; Record of Decision; Remedial Design Remedial/Removal Response Actions Short and Long Term Monitoring/Long Term
Operations or Long Term Response Action or Long Term Management;
Data management, data interpretation, engineering evaluation
RCRA Facility Investigation Corrective Measures Study; Monitoring well installation/abandonment; Optimization studies;
Ground-water modeling; hydrological, sediment and soil studies
Geophysical surveys; Remediation cost estimates; Management/Disposal of non-hazardous and
hazardous investigative derived waste (IDW); Environmental and human health risk
assessments; risk based remediation; MEC Risk assessment
Air emission issues including vapor intrusion; Surface water discharge, applying for
environmental permits; Hazardous, Toxic, and Radioactive Waste
sites; Range clearance activities; construction
support; Environmental building assessments to
include asbestos, lead-based paint, PCBs and other regulated materials
18
TYPES OF WORK (CONT)
In other words….
Anything Environmental, this contract covers it CERCLA, RCRA, NEPA, Clean Air, Clean Water, Environmental Permits, HTRW, Munitions…
Plus… Other Munitions Related Services, Operational Range
Maintenance, Construction Support
File Name
19
REMEDIAL PROCESS UNDER CERCLA
Comprehensive Environmental Response, Compensation, and Liability Act
20
CORRECTIVE MEASURES UNDER RCRA
Similar to CERCLA
RCRA Facilities Investigation Corrective Measures Study Record of Decision/Corrective Measures Decision
Document
Resource Conservation and Recovery Act
21
SECTION C OF THE SOLICITATION
Covers… General RequirementsPermits, Licensing, Applicable Laws, Data
Ownership/Rights Health and Safety Program, Medical Surveillance, PPE…
Laboratory Capabilities !! DOD ELAP CERTIFICATION !!SecurityMajor changes since previous contracts Definitions, references (Be familiar with changes) AGC (Accredited companies are required)Data Item Descriptions – HNC-00#.0#Key personnel
File Name
22
SECTION C (CONT)
Chemical Warfare Materiel work is not included under this contract Definitions, references and unknown liquid filled munitions
discovery response requirements are included Necessary because you need to know what it is and what to do if
you accidentally find some.
File Name
23
SECTION L
Read it thoroughlySHALL means it is required – deficiency if not providedShould means requested/preferred information - enhances the proposal and may demonstrate higher level of understanding of the solicitation and/or PWS requirementsBasis of estimate (comprehensive and clear) should not contain any cost information and should support the technical approach, show understanding of team make up, number of teams, labor productivity/duration, labor hours, labor categories, equipment, materials, subcontractors, number of trenches, number of meetings, number of samples, etc. This includes a break down of the level of effort performed by the subcontractors. Page Count is important!!!
24
SECTION M
Read it thoroughly 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.
No less than Acceptable must be achieved for Factors 1 and 2. Proposal meets requirements and indicates an
adequate approach and understanding of the requirements. Strengths and weaknesses are offsetting or will have little or no impact on contract performance. Risk of unsuccessful performance is no worse than moderate.
File Name
25
SECTION M (CONT)
No less than Satisfactory Confidence or Unknown Confidence must be achieved for Factor 3 Based on the Offeror’s recent/relevant performance
record, the Government has a reasonable expectation that the Offeror will successfully perform the required effort, or
No recent/relevant performance record is available or the Offeror’s performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned.
Factor 4 Cost/Price will be evaluated as follows: FFP elements for fairness and reasonableness. CPFF elements for fairness, reasonableness and
realism.File Name
26
SAMPLE TASK ORDER – ATTACHMENT C
Fictitious Site but located in a real county in Texas. There is a figure at the end of the PWS. It should be
used with professional judgment. Clearly state assumptions but don’t ‘assume away’ the
major issues/problems that may be faced. Demonstration of understanding of the requirements of
the Solicitation and the Performance Work Statement are critical.
50% rule will apply (Must perform 50% of the labor cost at the task order level)
File Name
27
217217217
200200200
255255255
000
163163163
131132122
2396553
110135120
1129256
62102130
1025648
130120111
237237237
8011927
252174.59
Ms. Gosia ThompsonContract Specialist, Pre-Award Division
MEGA OVERVIEW OF ACQUISITION STRATEGY
MEGA ACQUISITION APPROACHThe following are expectations for the MEGA Restricted Multiple Award Task Order Contract (MATOC). Until all required acquisition related documents are approved, the expectations below are subject to change.
North American Industry Classification System (NAICS) Code –562910, Environmental Remediation Services Small business size 750 employees
Anticipate five (5) year contract ordering period (three year base period and one two-year option period).
Anticipated capacity $400 million (shared among the awardees)
MATOC is set aside for small businesses
The intent is to award to five (5) contractors (Government reserves the right to award to more, less, or none at all)
MEGA ACQUISITION APPROACH –STAGGERED AWARDS
The government benefits from the Better Buying Power acquisition streamlining method:
Staggered awards enable new vehicles to be used sooner.
Staggered awards may save time and money by reducing the number of contractors in discussions. The Government reserves the right to award without
discussions.
217217217
200200200
255255255
000
163163163
131132122
2396553
110135120
1129256
62102130
1025648
130120111
237237237
8011927
252174.59
“The views, opinions and findings contained in this report are those of the authors(s) and should not be construed as an official Department of the Army position, policy or decision, unless so designated by other official documentation.”
Ms. Melanie BraddockOffice of Counsel
OFFICE OF COUNSEL
THINGS TO REMEMBER – PROPOSALS
Read the entire solicitation If you have questions, ask them. Follow Directions! If it says “shall,” “must,” or “will” it is required If it is preferred, there is likely a greater consideration
given if you do that preferred thing Read your own proposal cover to cover with the RFP
beside you before you submit Know what is in your subs/key partners submissions Details matter, but parroting does not Substance over pretty
File Name
32
217217217
200200200
255255255
000
163163163
131132122
2396553
110135120
1129256
62102130
1025648
130120111
237237237
8011927
252174.59
Ms. Karen L. BakerDeputy, HNC Office of Small Business Programs
OFFICE OF SMALL BUSINESS PROGRAMS
NORTH AMERICAN INDUSTRY CLASSIFICATIONSYSTEM (NAICS)
http://www.census.gov/eos/www/naics/index.html
SMALL BUSINESS ADMINISTRATION (SBA)TABLE OF SMALL BUSINESS SIZE STANDARDS
https://www.sba.gov/sites/default/files/files/Size_Standards_Table_2017.pdf
SMALL BUSINESS
Confirm your Reps and certs up to date
North American Industry Classification System (NAICS) Code – 562910, Environmental Remediation Services Small business size 750 employees- confirm you are
within the size standard at the applicable NAICS is listed in SAM
File Name
37
JOINT VENTURE/MENTOR-PROTÉGÉ
When proposing as a joint venture, all members of the joint venture shall sign the SF 33 unless a written agreement by the joint venture is furnished with the proposal designating one firm with the authority to bind the other member(s) of the joint venture. In addition, a copy of the joint venture agreement shall be submitted with the proposal in Volume IV. Failure to comply with the foregoing requirements may eliminate the proposal from further consideration. If this is an 8(a), HUBZone, Service-Disabled Veteran-Owned, or Women Owned joint venture, the Offeror should ensure that it complies with the applicable requirements of 13 CFR Part 124, 13 CFR Part 125, 13 CFR Part 126, and 13 CFR Part 127 respectively.
When proposing as part of Mentor-Protégé Agreement, include a copy of the agreement and the Small Business Administration approval of the agreement in Volume IV.
File Name
38
FAR 52.219-14 - LIMITATION OF SUBCONTRACTING CLAUSE
Prime Contractor - Self performance of 50% is required.
“At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern”
File Name
39
SUBMIT QUESTIONS TO PROJNET
http://www.projnet.org/projnet. The Solicitation Number is W912DY-16-R-0077 The Bidder Inquiry Key is SXRF79-T59YS2
Any Small Business Questions; please send an email to [email protected] and put in the Subject Line “MEGA Restricted”
File Name
41
217217217
200200200
255255255
000
163163163
131132122
2396553
110135120
1129256
62102130
1025648
130120111
237237237
8011927
252174.59
WRAP UP42
File Name
Ms. Althea RudolphContracting Officer, Pre-Award Division