Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2007 FBO #1984
MODIFICATION

R -- Environmental Planning and Consulting Services For various Projects Located Throughout the Northeastern United States and Adjacent Waters

Notice Date
5/1/2007
 
Notice Type
Modification
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
US Army Engineer District, New England, 696 Virginia Road, Concord, MA 01742-2751
 
ZIP Code
01742-2751
 
Solicitation Number
W912WJ-07-X-0010
 
Response Due
5/25/2007
 
Archive Date
7/24/2007
 
Small Business Set-Aside
N/A
 
Description
*****The due date for submittal of responses is extended to 25 May 2007.***** The U.S. Army Corps of Engineers, New England District is issuing this Sources Sought Announcement to determine interest and availability of 8(a), HUBZone, Service-Disable d Veteran-Owned, and Small Business concerns. The NAICS code for the work desc ribed below is 541690 with a size standard of $6,500,000. Work will begin in March 2008 and extend over a 5 year period. The total work effort is estimated at $15,00 0,000. The location of services to be performed under this contract shall be primarily in the Northeastern United States and adjacent coastal waters in the area currently covered by the U.S, Army Corps North Atlantic Division's (NAD's) civil and military w orks bo undary. Under this contract the successful offeror will be required to provide services as required to support the environmental assessment, policy, and resource management and protection responsibilities of the New England District and eleme nts of NAD. The offer or will be evaluated on professional capabilities, familiarity with federal and state environmental laws and regulations, and knowledge of ecological issues in the Northeast and adjacent coastal waters. The offeror will also be ev aluated on knowledge of th e requirements of the National Environmental Policy Act, ecological risk assessment procedures, the Marine Protection Research and Sanctuaries Act (MPRSA), Clean Water Act (CWA) (particularly as they pertain to suitability testin g of dredge material), Corp s of Engineers Water Resources Planning procedures, etc. Following is a list of anticipated tasks which will serve as the primary factors for evaluation of experience and capabilities. Task orders are expected involve te chnical support 60% of the time an d environmental studies and reports 40% of the time. Significant weight will be given to the first two tasks in Technical Support and the first task in Environmental Studies and Reports. Technical Support: *Have the ability to stage significant field sampling and analysis efforts in both riverine and coastal environments. Provide laboratory and field equipment and/or technical support for field studies (including boats, heavy equipment, crews, camera equ ip ment, and sampling gear) with particular emphasis on marine sediment testing, water quality monitoring, and plume tracking associated with navigational and Superfund remediation activities. The Contractor must have the ability to respond and perform fie ld survey requests within the NAD footprint, primarily in the New England coastal waters. *Conduct oceanographic monitoring surveys in support of Environmental Impact Statement (EIS) dredged material disposal site designation. *Produc e Sampling and Analysis Plans (SAP) and Quality Assurance Project Plans (QAPP) according to Corps and Environmental Protection Agency (EPA) reporting and formatting requirements as may be required. *Perform identification of plants, fish and wildlife , and benthic infauna from the marine, terrestrial, and freshwater environments. *Perform water quality, sediment chemistry, bioassay, and bioaccumulation analyses according to the most up to date protocol (A thorough knowledge of Green Book and Inl and Testing Manual requirements is imperative). Laboratory facilities must meet EPA and Corps of Engineers certification requirements *Render expert opinions (written and oral). Demonstrated experience and in-house staff to provide reliable expert witn essing in regulatory, legal and scientific settings to defend technical analyses performed under this contract. Environmental Studies and Reports *Prepare Environmental Reports including EISs, Environmental Assessments (EA), Statements of Findings (SOF), 404 (b) (1) Evaluations, and Statements of Compliance. These documents may need to incorporate physical, chemical, and biological testing of mat eria ls pertinent to the proposed action, including bioassay and bioaccumulation testing of proposed dredged materials. *Prepare Dredge Material Management Plans (DMMP) to identify alternatives to open water disposal. *Prepare water quality inventories and reports to include sediment contamination. *Use computer models and/or geographic information systems (GIS) to describe existing environmental conditions and potential environmental impacts of proposed projects. *This contract may require remedial site investigation/feasibility study (RI/FS) work for sites in an area where there is evidence of an uncontrolled release of a hazardous substance. The general terms of the safety, health and emergency response requirem ents must be satisfied. *Conduct env ironmental monitoring studies, such as sediment and water quality analysis or RI/FS work, to determine the state of environmental contaminants at Superfund and other hazardous, toxic, and radioactive waste (HTRW) sites. *Undertake specific field and/or lab oratory studies to answer resource and impact questions. Prepare Corps approved SAPs for the conduct of environmental studies. Collect sediment samples using grabs, sediment coring devices (vibracore) and other methods a s may be necessary to acquire requi red volumes to undergo chemical, physical, and biological analysis and present results in a summary format. Interested firms should submit a capabilities package to include the following: business classification size (e.g. 8(a), HUBZone, etc.), p rimary area of expertise, staff expertise, and qualifications and experience in performing the work requirements stat ed above. Specifically include demonstrated experience in performing collection and analysis of both sediment and water resources data (provide example projects), developing EPA acceptable QAPPs and preparation of EISs. Responses must be limited to 20 pages and should be addressed to the U.S. Army Corps of Engineers, New England District, 696 Virginia Road, Concord, MA 01742-2751, AT TN: Mr. David Dilks. The Government will not pay for any material provided in response t o this market survey nor return the data provided. The results of this survey will be considered to be in effect for a period of one year from the date of this notice.
 
Place of Performance
Address: US Army Engineer District, New England 696 Virginia Road, Concord MA
Zip Code: 01742-2751
Country: US
 
Record
SN01285001-W 20070503/070501233421 (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.