Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 31, 2007 FBO #1892
SOURCES SOUGHT

F -- Sources Sought Notice Environmental Consulting Services

Notice Date
1/29/2007
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-XX-X-XXXX
 
Response Due
2/16/2007
 
Archive Date
4/17/2007
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT Document Type: Sources Sought Notice Classification Code: F  Environmental System Protection NAICS Code: 541620  Environmental Consulting Services SIC Code: 8744 FSC Code: F999 Type of Contract: Services Contracting Officer: Douglas W. Stanley Phone: (916) 557-5190 Technical: Gary Krongard Phone: (916) 557-7415 Avail for download: N/A Due Date: February 16, 2007, 3 P.M. Service Code: 99 The purpose of the contract will be to provide multimedia environmental and health/safety (H/S) compliance related services to the U.S. Army Corps of Engineers (USACE) for various Federal, State and local agencies. The term Multimedia refers to the need for services in all major Federal, State and local environmental and heath/safety regulatory areas. The following are major environmental and health/safely management programs that are present at most major installations. These lists are not all encompa ssing. ENVIRONMENTAL: Air Emissions Management; Cultural and Historic Resources Management; Hazardous Materials Management; Hazardous Waste Management; Natural Resources Management; Pesticide Management; Petroleum, Oil and Lubricant (POL) Management; Solid Waste Management; Special Pollutants (PCB, Asbestos, Lead Based Paint, Radon Gas, etc.); Noise Management; Underground Storage Tank Management; Water Quality Management; Radioactive Materials Management HEATH/SAFETY: Occupational H/S Management; Emergency Preparedness; Record Keeping; Fire Protection Safety; Hazard Communication; Electrical Safety; Lockout/Tagout Safety; Hearing Conservation; Ladders, Stairs, & Walking Surfaces; Shipping & Receiving Safet y; First Aid; House Keeping & Sanitation; Indoor Air Quality; Office & Ergonomic Safety; Ventilation; Illumination; Hand & Power Tool Safety; Personal Protective Equipment; Compress Gas Safety; Powered Industrial Truck Safety; Fall Protection; Confined Spa ce Entry Safety; Machine Guarding; Excavation Safety; Respiratory Protection; Medical Surveillance Program; Heat and Cold Stress Safety; Blood Borne Pathogen Safety; Laboratory Safety and Chemical Process Safety. It is anticipated that all or part of the following services will be required: On-site multimedia environmental and health/safety assessments of facilities and activities for compliance with Federal, State and local laws and regulations. These assessments and related projects may require source sampling and analyses to determine com pliance status. Preparation of Federal, State, local, or agency environmental and health/safety compliance related documentation such as studies, management plans (hazardous waste, hazardous materials, underground storage tanks, etc.), spill prevention plans (signed by a registered professional engineer), pollution prevention plans and documents, air emissions inventories, and Emergency Planning Community Right to Know reports. Preparation planning documents related to the correction of compliance related deficiencies. This may require the preparation of cost estimates and other miscellaneous documents needed by the installations to program for the work. ) This work will also re quire knowledge and experience with NEPA and CEQA adherence, natural and cultural resources preservation, historic preservation, ecosystem management and air space/range analyses. Corrections of compliance related deficiencies through the demolition, construction and/or repair of real property such as renovations to facilities to create or close permitted hazardous waste storage areas, construction of containment berms, treatment or removal of contaminated soils and groundwater, and the modifications to and/or the installation of pollution control equipment. Incidental design documents such as sketches, technical specifications, and project plans may be needed as part of these effor ts. The contractor shall have the capability to devel op CADD drawings. Preparation of permit applications and associated documentation. This and other related work may require the contractor to use computer models and conduct source tests to predict the impacts of pollution sources at an installation. Environmental and Heath/Safety compliance related training. This work will include the preparation and reproduction of all necessary training materials including overheads, 35mm slides, training manuals, and tests. Other miscellaneous services that may be required as part of this work including the creation and population of electronic database including the use the Geographic Information Systems and providing public and regulatory agency meeting support. It is anticipated a majority of the work will be located within South Pacific Divisions existing military boundaries (states of California, Nevada, Utah, Arizona and New Mexico). However, to support DoD Major Commands and other Federal Agencies, work may also be required throughout the remainder of the Continental United States, Alaska, Hawaii and the Far East. The anticipated contract vehicle for this solicitation is Cost Plus Award Fee (CPAF) and Firm-Fixed-Price (FFP). Potential sources must identify, if the firm is a small business, how it has met Federal Acquisition Regulations (FAR) requirements for limitations in subcontracting that state that at least 50% of the cost of contract performance incurred for personnel s hall be expended for employees of the concern. The North American Industry Classification System (NAICS) is 541620  $5 Million. Potential sources must submit a capability statement of no more than 6 pages in length, which addresses the following key areas: MANAGEMENT (personnel/organizational staff experience, project management, etc.) - (1) The potential sources must identify their management staff in order to support the capability of concurrently managing over 40 open CPAF task orders totaling approximate ly $15,000,000. (2) The management staff must be experienced in handling multiple complex environmental projects with a minimum of 5 years experience in work similar to that listed above. Identify which projects (submitted in (b)) where the management an d technical staff have gained the experience. TECHNICAL - Potential sources must submit a list of recent projects that demonstrate their knowledge and past experience relating to all the types of work (both environmental and Heath/Safety) described above. Submit only current and past clients no more than 4 years previous include brief description, identify if prime contractor, contract type (list by task order if IDIQ), contract or task order value, dollar value of work subcontracted, percent complete, if complete  date completed, customer POCs and c urrent phone number. Identify the projects (list Regulatory Agencies, Regulatory POCs, and current Phone number) where the project management staffs have a good working relationship with Regulatory Agencies. BUSINESS SIZE - Potential sources shall identify if they are a large, small, SDB/8a, or women-owned business. ACCOUNTING SYSTEM STATUS - Potential sources shall identify if their current accounting system has been approved by the Federal Government for cost plus contracting. The name and phone number for the firms Cognizant Audit Office point of contact shall be provided. Please send the requested data to the Department of the Army, Corps of Engineers, Sacramento District, Attention: Douglas W. Stanley, 1325 J Street, Room 878, Sacramento, CA 95814. All data are due to the above address not later than 3 P.M., February 16, 2007.
 
Place of Performance
Address: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
Country: US
 
Record
SN01221383-W 20070131/070129220853 (fbodaily.com)
 
Source
FedBizOpps 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.