Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2007 FBO #1959
SOLICITATION NOTICE

B -- Sampling and Testing pf Dredged Material Proposed for Ocean Disposal(Biological and Physical Analyses)

Notice Date
4/6/2007
 
Notice Type
Solicitation Notice
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
US Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-07-B-0010
 
Response Due
5/21/2007
 
Archive Date
7/20/2007
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, New York District (NYD) intends to issue an Invitation for Bid (IFB) to award two Indefinite Delivery Contracts for its Operations Division. One contract would be UNRESTRICTED, and the other contract would be 100% S mall Business Set-Aside. The contracts would consist of the sampling and testing of dredged material following procedures described in the ACENYD/EPA, Region 2 Regional Implementation Manual on Dredged Material Proposed for Ocean Disposal (RIM) (http://ww w.nan.usace.army.mil/business/buslinks/contract/pdf/guidance.pdf), the 1991 Green Book (www.epa.gov/OWOW/oceans/gbook/index.html), and subsequent updates to these two documents. Task orders would include all or some of the following: sediment and water co llection (on contractor supplied ship); sample handling, processing and shipping; physical and biological analyses (e.g., toxicity and bioaccumulation testing and physical analyses); QA/QC procedures, and necessary corrective actions. Reports containing t he sampling logs, all testing results and QA/QC information in a format required by the New York District Corps of Engineers would have to be provided by the contractor for each task order. All sampling would be performed within the Port of New York & New Jersey, the length of the Hudson River, in the Atlantic Ocean at the Historic Area Remediation Site (HARS) and its Reference Site, and in Long Island Sound at the Western and/or Central Disposal Sites. A detailed description of work required for these co ntracts will be provided in its entirety upon issuance of the complete solicitation. Prior to issuance of the solicitation, it is highly recommended that interested parties read both the Green Book and the RIM in order to obtain a thorough understanding o f the work required in the NYD/EPA, Region 2 ocean placement program, including procedures for satisfying Demonstration of Capability (DOC)/Initial Demonstration of Capability (IDC) requirements. The duration of the contracts is one year plus four optional years. One Small Business Set-Aside contract will be awarded to the lowest bidder who has currently (within the last 18 months) demonstrated to EPA, Region 2, through submission of actual data, that they are capable of performing work in our program. A bidder will be considered to have demonstrated they are capable if we have documentation from EPA, Region 2 (within the last 18 months) stating that the laboratory has submitted data that is fully acceptable or acceptable with qualification, or that they have satisfied DOC/IDC requirements for the NYD/EPA, Region 2 dredged material testing program. This contract will be up to $1,000,000 for the base year and up to $800,000 for each of the four opt ion years. A second contract will be awarded on an Unrestricted basis to the next lowest bidder (or to the lowest bidder, if the next lowest bidder was awarded the contract described above). If this bidder has not satisfied DOC/IDC requirements for the NYD/EPA, Regi on 2 dredged material testing program, they will have up to one year to obtain a statement from EPA, Region 2 indicating that they have submitted data (in the form of either actual project data for evaluation in our program or through the DOC/IDC process) that is fully acceptable or acceptable with qualification, or that they have satisfied DOC/IDC requirements for the NYD/EPA, Region 2 dredged material testing program. This contract will be up to $700,000 for the base year and up to $800,000 for each of t he four option years. In determining the criteria for providing awardees a fair opportunity to be considered for each task order, the government will consider factors such as, satisfactory and timely completion of previous task orders, EPA Region 2 acceptance of past deliverabl es, cost for required analyses, lab capacity and availability, and past performance / experience on the type of services / project requiring testing. The North American Industry Classification System (NAICS) code is 541380. The business size standard is $11,000,000. The SIC CODE is 1542. Large business concerns must submit as part of their bid a subcontracting plan for this project in accordance with FAR Clause 52.219- 8 and FAR Clause 52-219-9. Failure to submit an acceptable subcontracting plan may make the Offeror ineligible for award of the contract. The small business subcontracting goals for this procurement are 51.71% of the total subcontracting dollar value. Of t hat 51.71%, 8.89% should be placed with Small Disadvantaged Businesses, 3.13% with Women Owned Small Businesses, 7.37% with HUBZone Small Businesses, 3% with Veteran Owned Small Businesses and 2% with Service Disabled Veteran Owned Small Businesses. Specifications for Solicitation W912DS-07-B-0010 will be available on or about 21 April 2007. Bid Opening date is on or about 21 May 2007 at 2:00 P.M. (Eastern Standard Time). Bid opening will be held in Room 1841 of 26 Federal Plaza, New York, New York 10278. The media selected for issuance of the synopsis/solicitation and amendments shall solely be at the discretion of the Government; accordingly, the media utilized for this project shall be the Internet and CD-ROM. Paper copies of this solicitation a nd amendments if any will not be available or issued. Interested parties may download and print the solicitation at no charge at http://www.fedteds.gov. All vendors who want to access solicitations will be required to register with Central Contractor Reg istration (CCR) (www.ccr.gov) and Federal Data Technical Solutions (FedTeds) (www.fedteds.gov). The new system, called Federal Technical Data System Fedteds (http://www.fedteds.gov), is a web-based dissemination tool designed to safeguard acquisition-rela ted information for all Federal agencies. Business opportunities can be located on Federal Business Opportunities (www.fedbizopps.gov) or the Army Single Face to Industry (ASFI) Acquisition Business web site (https://acquisition.army.mil/asfi). There wil l be no automated email notification of amendments. To keep informed of changes, check www.fedbizopps.gov frequently. Some contractor tools are the following: 1. Register to receive Notification and 2. Subscribe to the Mailing List for the specific soli citation at Federal Business Opportunities (www.fedbizopps.gov) or utilize the Vendor Notification Service in ASFI (https://acquisition.army.mil/asfi). A hyperlink posted in FedBizOpps will direct vendors to FedTeds to download solicitations, Plans, Speci fications and amendments. Project specification files and drawings are portable document files (PDF) and can be viewed, navigated, or printed using A5. Internet Explorer 6.0 the recommended Browser. However, Internet Explorer 4.x, Internet Explorer 5.5 o r greater, Netscape 4.x (except 4.7) and Netscape 5.x are also compatible with FedTeds. Utilization of the Internet is the preferred method, however CDs will be available upon written request stating the solicitation number, or project name, complete compa ny name and street address (we will not deliver to P.O. Boxes), telephone and facsimile number (including area codes). Make check or money order payable in the amount of $15.00 to USACE, NY. Checks should be sent to U.S. Army Corps of Engineers, 26 Feder al Plaza, Room 1843, New York, New York 10278. Registration Requirements: DFARS 252.204-7004 Required Central Contractor Registration (CCR) applies to this procurement. Prospective contractors must be registered in the Department of Defense (CCR) Database prior to award. Lack of registration in the CC R will make an offeror ineligible to download the solicitation and for award. Information on CCR registration and annual confirmation requirements may be obtained by calling 1-888-227-2423 or via the Internet at http://www.ccr.gov. NOTICE! The Federal Ac quisition Regulation requires that Past Performance Information (PPI) be collected on DoD contracts. The Govern ment has now implemented a web-enabled application that collects and manages contractor past performance data. Effective 1 Apr 2007, the system, CONTRACTOR PERFORMANCE ASSESSMENT REPORTING SYSTEM (CPARS) requires both the contractor and government to submi t their portion of the CPARS report via the internet for service contracts in excess of $1,000,000. More definitive guidance and instructions will be incorporated in the solicitation and resultant contract. In the meantime, to become familiar with the sys tem, the CPARS website has a computer based training module and a practice session for your use at http://cpars.navy.mil by following the links to Training. The Point of Contact is Albert Rumph, Contract Specialist, U.S. Army Corps of Engineers, New Distri ct, 26 Federal Plaza, Room 1843 New York, New York 10278-0090 Phone: 917-790-8078; Fax: 212-264-3013.
 
Place of Performance
Address: US Army Engineer District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
Country: US
 
Record
SN01268262-W 20070408/070406225624 (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.