Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2003 FBO #0499
SOLICITATION NOTICE

C -- Presolicitation Notice for an Indefinite Delivery Contract for Architect and Engineering (A-E) Services for the Mobile District, U.S. Army Corps of Engineers to provide Environmental Support to Civil, Military and Federal Agencies

Notice Date
4/11/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, Mobile - Military, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
DACA01-03-R-0035
 
Archive Date
7/27/2003
 
Point of Contact
Sonya White, (251) 690-2535
 
E-Mail Address
Email your questions to US Army Engineer District, Mobile - Military
(sonya.m.white@sam.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA CONTRACT INFORMATION: A-E services are required for an Indefinite Delivery Contract to provide environmental support to civil, military and federal agencies. It includes professional services to support civil and military environmental programs for Army, Army Reserves, National Guard, and other Department of Defense and other Federal Agencies. The contractor will be required to perform services at federal/military projects throughout the world, including the Continental United States, its territories, Sout h and Central America and other world nations yet unidentified. This announcement is open to all businesses regardless of size. The contract will be awarded for a period not to exceed a total of three years. Work under this contract to be subject to sati sfactory negotiation of individual task orders, with the total IDC contract value not to exceed $3,000,000 over the three-year life of the contract. The Government intends to initially award the contract for $1,000,000, with the reserved right to modify t he contract amount to the full $3,000,000 value during the three-year life of the contract. There is a possibility that multiple contracts may be awarded on this solicitation. Selection of A-E firms is not based upon competitive bidding procedures, but r ather upon the professional qualifications necessary for the performance of the required services. All interested Architect-Engineers are reminded that, in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maxi mum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged firms. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting pl an for that part of the work it intends to subcontract. The subcontracting goals for this contract are as follows: a minimum of 57.2% of the contractor's intended subcontract amount be placed with small businesses (SB), 8.9% be placed with small disadvanta ged businesses (SDB), 8.1% be placed with women-owned small businesses (WOSB), 3.0% be placed with HUB Zone small business, and 3.0% be placed with Service-Disabled Veteran-Owned Small Business. The firm selected for this contract will be required to submi t a detailed subcontracting plan during contract negotiation. If the selected firm intends to submit a plan with lesser goals, it must submit written rationale in the plan why the above goals can not be met. A firm fixed price contract will be negotiated. The North American Industry Classification System (NAICS) code for this action is 541330 (previous SIC code was 8711). PROJECT INFORMATION: A-E Services provided under this contract will include, but are not limited to all types of environmental support for the following: Special assignments by HQDA, Army Base Realignment and Closure (BRAC) and other Army Force Structure and Organizational Realignment, National Security actions; Privatization of Military utilities and Family Housing; Military Systems Acq uisition and Fielding; U.S. Army Corps of Engineers Federal civil works projects, all compliance and conformance issues; development and management of land/natural cultural resources. Environmental Management Systems, study of contaminated sites; coastal, watershed and river basin studies Including BMP and TMDL modeling and analysis; other water quality or water supply studies, civil works preparedness studies, project construction and operation. It will include but not be limited to preparation of any of t he following: Environmental Assessments (EA), Environmental Impact Statements (EIS), Records of Decision (ROD), or portions thereof, as defined by the National Environmental Policy Act (NEPA), associated documents, and pertinent implementing guidance and t raining, Integrated Natural Resource Management Plans (INMP), Integrated Cultural Resource Management Plans (ICRMP), and Clean Water Act documentation and imple menting guidance. Specific services include: Scientific analyses and assessments of biological, ecological, cultural/ historic, and archaeological resources at all study and survey levels, terrestrial and underwater; endangered and threatened species inven tories and biological assessments; habitat evaluations; invasive species/pest management; Waters of the U.S. (WoUS) determinations and mapping including evaluating dredged material and ocean disposal sites; identification of current trends, cumulative effe cts, and projected land uses, including potential use and reuse alternatives; identification and evaluation of potential impact mitigation measures; economic evaluations, preparation of master plans for development and management of civil and military faci lities, including natural and cultural resources management planning; coordination with interested Federal, state and local agencies and organizations; preparation of public involvement plans and facilitation of public meetings; regulatory compliance; and using Geographic Information Systems (GIS) and similar technologies and web eased program management techniques. Additional services will include those activities required for the preparation of an Environmental Baseline Survey (EBS). Additional services r equired include support to real estate activities including leases, licenses and report of availability, preparation of Findings of Suitability to Transfer (FOST) and/or Findings of Suitability to Lease (FOSL), decision documents that incorporate all essen tial issues, and the preparation of BRAC Clean-up Plans (BCPS). SOLICITATION INFORMATION: This presolicitation notice will be modified to include the full solicitation requirements on or about 25 April 2003. Interested firms will have at least 30 days f rom the time of the modification to prepare and submit their SF 255 and SF 254s.
 
Place of Performance
Address: US Army Engineer District, Mobile - Military P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
Zip Code: 36628-0001
Country: US
 
Record
SN00301925-W 20030413/030411213720 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.