Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2007 FBO #1922
SOURCES SOUGHT

B -- Biological/Environmental Services at Civil Works Activities in the Philadelphia District

Notice Date
2/28/2007
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
US Army Engineer District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-07-X-0001
 
Response Due
3/13/2007
 
Archive Date
5/12/2007
 
Small Business Set-Aside
Total Small Business
 
Description
9. The U.S. Army Corps of Engineers, Philadelphia District, is issuing this Sources Sought Notice to determine if there are interested and qualified small business firms capable to perform Biological and Environmental Services at Civil Works Activiti es in the Philadelphia District consisting of the full spectrum of functions for project-oriented engineering and scientific, and environmental analysis support major District elements involved in advanced and continuing planning, operations and maintenanc e, regulatory functions, and resource and floodplain management. The Philadelphia District's five-state area encompasses nearly 13,000 square miles of the Delaware River Basin, including most of Delaware, eastern Pennsylvania, western and southern New Jer sey, a portion of northeastern Maryland at the Chesapeake and Delaware Canal, and several counties in the western Catskills area of New York at the headwaters of the Delaware River. Services required may include documentary research, field investigations, documentations, laboratory and data analysis, chemical sampling, assessment of project impacts, development of mitigation plans, agency coordination, wetland investigations, and all phases of report production. Investigations may be conducted on various types of sites including, but not limited to, stream and river floodplains, disposal areas, beach areas, dams, reservoirs, and wetlands within the Philadelphia District. Analysis techniques may include, but not be limited to, bioassays, TCLP, elutriate, a nd bulk sediment testing. In addition, firms should be familiar with drinking water quality requirements for all states within the Philadelphia District and have the ability to set the detection levels for the analysis at the States criteria level or low er. The Contractor may be required to assist the Philadelphia District with investigations dealing with mitigation requirements or environmental restoration projects being conducted by the District. Services required in these areas may include, but not b e limited to, preliminary surveys, agency coordination, wetland design assistance, hydrologic modeling, endangered plant/animal surveys, habitat evaluation, biological inventory (terrestrial and aquatic), wetland delineations, planting vegetation, project monitoring and simple site mapping (utilizing GIS). Areas to be investigated may include river banks, floodplains, disposal areas, wetlands, coastal regions, lake shores, and forested uplands. Some areas may be as much as one and one half miles from the nearest point of vehicular access. The Contractor must be prepared to perform services in any of these environments. Typical labor categories and other line items may include: Biologist; Environ. Scientist; Field Technician; Fisheries Specialist; Landsc ape Architect; Word Processor; Soil Scientist; Laboratory Technician; Water Research Scientist; Wildlife Specialist; Ecologist; Project Manager; Wetland Scientist; GIS/CAD Specialist; Database Manager; Computer Programmer; Technical Editor; Principal Inves tigator; Graphic Artist; Sampling Boat (Capable of Lake Sampling); Agricultural Pulverized Limestone; Lime Application Equipment; Automatic Water Sampler; and, Flow Velocity Data Logger. The potential solicitation may be an Indefinite Delivery, Indefinite Quantity Task Order contract for a base period of one year with four one-year options with an anticipated maximum amount between $500,000 and $750,000 per year. It is anticipated that, if a solicitation is issued, it will be on or about 31 May 2007. Wor k may commence by the end of this fiscal year or the beginning of FY-08 (after October 2007). Information requested from firms responding to this announcement should include: Small Business Classifications under NAICS 541690 or other pertinent NAICS cod es; information concerning the firms socio-economic status (e.g. 8(a), HubZone, Small Business, Veteran Owned, etc); CAGE code, DUNS number, firm location; firm primary area of expertise; staff expertise in the environmental field; provide summary of relevant qualifications; demonstrated experience is the areas of work stated above. A resulting solicitation may contain evaluation factors that would include: Pro fessional qualifications and expertise of the firm in the environmental field with minimum qualifications for a permanent full-time staff of at least 8 people in the fields of science/engineering. Of these 8 people, at least 4 people should be trained in biology, wildlife biology, wetland science, or ecology, etc.; Previous experience-past performance with similar size and type of work and demonstrate its technical capability and experience by identifying and describing recent projects which demonstrates t he technical, management and administrative capabilities as it pertains to the delivery of environmental and biological services directly related to areas described above; Management and Organization  Capacity of the firm to accomplish work within specifi c time frames, resources available such as a description of equipment, computer software and programs which are currently used and available to be dedicated to the project. It is assumed that equipment and resources such as cars, boats, sampling devices, and office supplies are either owned or can be easily obtained by the firm. This is NOT a commitment on the part of the Government to award a contract as a result of this notice or to pay for any information received. This synopsis does not constitute a Request for Proposal/Quotation, nor does it restrict the Government to an ultimate acquisition approach. This Sources Sought Synopsis should not be construed as a commitment by the Government for any purpose. The Government does not intent to rank submit tals or provide any reply to interested firms. Submittals will be used for market survey information only. The results of this survey will be considered to be in effect for a period of one year from the date of this notice. Responses should be submitted no later than 13 March 2007 and should be addressed to the U.S. Army Corps of Engineers, Philadelphia District, Wanamaker Building, 100 Penn Square East, ATTN: CENAP-CT-S (Schoenherr), Philadelphia, PA 19107-3390.
 
Place of Performance
Address: US Army Engineer District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
Country: US
 
Record
SN01240973-W 20070302/070228221310 (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.