Architect-Engineering Services to Support the US. Air Force and AFCEC Environmental Program Worldwide “AE ES 2022”
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Feb 25, 2022 09:45 am EST
- Original Response Date: Mar 03, 2022 04:30 pm EST
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: R499 - SUPPORT- PROFESSIONAL: OTHER
- NAICS Code:
- 562910 - Remediation Services
- Place of Performance: USA
Description
To all interested parties,
Directions: Please provide the firm’s name, size standard under NAICS 562910 – Environmental Remediation, and responses to the following information on Atch 1 RFI#3 Vendor Information for the US Air Force and AFCEC requirement of Architect & Engineering Environmental Services. Responses are due close of business on March 3, 2022.
All Businesses: For each of the four (4) individual functional areas listed below, please indicate how many task orders and the dollar amount your firm has the capacity to accomplish annually for this type of work. If your firm is unable to provide the requested information, please provide the reason that your firm is unable to respond.
Small Businesses: Please provide the following for each of the four (4) functional areas listed below for an Architect-Engineer Environmental Services requirement:
- Whether you can self-perform entirely (100% in-house capability) (Yes);
- Whether you cannot perform entirely (100% in-house capability) (No);
- If unable to self-perform entirely, what percentage would you need to subcontract or team with another firm to perform all elements under each functional area, while still meeting the Limitations on Subcontracting (LOS) clause 52.219-14 and the Similarly Situated Entity rule (provided below).
Other than small businesses: Please provide the following for each of the four (4) functional areas listed below for an Architect-Engineer Environmental Services requirement:
- Whether you can self-perform entirely (100% in-house capability) (Yes);
- Whether you cannot perform entirely (100% in-house capability) (No);
- If unable to self-perform entirely, what percentage would you need to subcontract or team with another firm to perform all elements under each functional area?
Functional Areas
- Emergent Contaminants: Interim Remedial Action (IRA) due to unknown chemicals but not limited to PFOA/PFAS and other chemicals. Activities could include preliminary investigation, feasibility studies, remedial design, validations and/or review of long-term maintenance and/or long terms monitoring (LTM) operations plans, and Remedial Action Operations (RA-O) to include design and optimization, human health, and environmental risk assessments. Estimated Requirement – $40M/annually
- POL: Restoration and Environmental Compliance, Leak Detection Testing, and Demolition Design of fuel systems. Activities could include multi-disciplinary planning (developing environmental related design criteria, fact finding studies, surveys, investigations, and the performance of environmental projects involving prevention, compliance, and restoration when the services of registered architects or engineers are required), investigation, assessment, design, and construction phase design, field inspection services to support environmental restoration, environmental conservation and planning, and DLA POL Restoration/Compliance (i.e., Leak Detection, Testing, Assessments), Title I and Title II Services. Estimated Requirement – $24M/annually
- NEPA: Activities include Proposed Action and Alternatives (DOPAA), Environmental Assessment (EAs), Environmental Reviews (ERs), Environmental Impact Statements (EISs), Environmental Baseline Surveys (EBSs), FONSIs (Findings of no significant impact), Record of Decision (RODs), Socioeconomic Impact Analysis Study (SIAS), Noise Impact Analysis Studies and Noise Contour Development, Air Impact Analysis Studies and General Conformity Analysis, National Historic Preservation Act consultation support, Biological Assessment Development and US Fish and Wildlife consultation support, Wetlands Delineation, Hydrogeological modeling and water impact studies, and Traffic Studies. Estimated Requirement – $15M/annually
- CERCLA/RCRA: Activities include Preliminary Assessments/Site Investigations, Expanded Site Investigations, Remedial Investigations/Feasibility Studies, Proposed Plans/Records of Decisions (Decision Documents), Site Characterizations (including High Resolution Site Characterizations), Groundwater Hydrogeological Studies, Conceptual Site Modeling, Risk Assessments, Remedy Operations and Maintenance, Remedy Optimization, Long Term Management, Land Use Control Plans and Inspections, Five-Year Review Reports, and Broad Area Announcements. Estimated Requirement – $25M/annually
52.219-14 Limitations on Subcontracting.
As prescribed in 19.507(e), insert the following clause:
Limitations on Subcontracting (Sep 2021)
(a) This clause does not apply to the unrestricted portion of a partial set-aside.
(b) Definition. Similarly situated entity, as used in this clause, means a first-tier subcontractor, including an independent contractor, that—
(1) Has the same small business program status as that which qualified the prime contractor for the award (e.g., for a small business set-aside contract, any small business concern, without regard to its socioeconomic status); and
(2) Is considered small for the size standard under the North American Industry Classification System (NAICS) code the prime contractor assigned to the subcontract.
(c) Applicability. This clause applies only to—
(1) Contracts that have been set aside for any of the small business concerns identified in 19.000(a)(3);
(2) Part or parts of a multiple-award contract that have been set aside for any of the small business concerns identified in 19.000(a)(3);
(3) Contracts that have been awarded on a sole-source basis in accordance with subparts 19.8, 19.13, 19.14, and 19.15;
(4) Orders expected to exceed the simplified acquisition threshold and that are—
(i) Set aside for small business concerns under multiple-award contracts, as described in 8.405-5 and 16.505(b)(2)(i)(F); or
(ii) Issued directly to small business concerns under multiple-award contracts as described in 19.504(c)(1)(ii);
(5) Orders, regardless of dollar value, that are—
(i) Set aside in accordance with subparts 19.8, 19.13, 19.14, or 19.15 under multiple-award contracts, as described in 8.405-5 and 16.505(b)(2)(i)(F); or
(ii) Issued directly to concerns that qualify for the programs described in subparts 19.8, 19.13, 19.14, or 19.15 under multiple-award contracts, as described in 19.504(c)(1)(ii); and
(6) Contracts using the HUBZone price evaluation preference to award to a HUBZone small business concern unless the concern waived the evaluation preference.
(d) Independent contractors. An independent contractor shall be considered a subcontractor.
(e) Limitations on subcontracting. By submission of an offer and execution of a contract, the Contractor agrees that in performance of a contract assigned a North American Industry Classification System (NAICS) code for—
(1) Services (except construction), it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract;
(2) Supplies (other than procurement from a nonmanufacturer of such supplies), it will not pay more than 50 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded. When a contract includes both supplies and services, the 50 percent limitation shall apply only to the supply portion of the contract;
(3) General construction, it will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 85 percent subcontract amount that cannot be exceeded; or
(4) Construction by special trade contractors, it will not pay more than 75 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 75 percent subcontract amount that cannot be exceeded.
(f) The Contractor shall comply with the limitations on subcontracting as follows:
(1) For contracts, in accordance with paragraphs (c)(1), (2), (3) and (6) of this clause—
[Contracting Officer check as appropriate.]
□ By the end of the base term of the contract and then by the end of each subsequent option period; or
□ By the end of the performance period for each order issued under the contract.
(2) For orders, in accordance with paragraphs (c)(4) and (5) of this clause, by the end of the performance period for the order.
(g) A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph (e) of this clause will be performed by the aggregate of the joint venture participants.
(End of clause)
Attachments/Links
Contact Information
Contracting Office Address
- CP 210 395 8776 2261 HUGHES AVE BLDG 171 STE 163
- JBSA LACKLAND , TX 78236-9861
- USA
Primary Point of Contact
- Katie Cockerill
- katie.cockerill@us.af.mil
- Phone Number 2103958888
Secondary Point of Contact
- Dariusz Majdanik
- dariusz.majdanik@us.af.mil
History
- Mar 18, 2022 11:55 pm EDTSources Sought (Original)