Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2007 FBO #2110
SOURCES SOUGHT

C -- Architect-Engineer Services for Various Civil and Military Environmental/Hazardous Waste Cleanup Projects in support of the mission of the Northwestern Division

Notice Date
9/4/2007
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-07-R-0031
 
Response Due
9/10/2007
 
Archive Date
11/9/2007
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT, NOT A SOLICITATION OR OFFER TO PURCHASE. IT IS FOR MARKET RESEARCH PURPOSES AND IS INFORMATIONAL ONLY. The U.S. Army Corps of Engineers (The Corps), Seattle District, seeks to determine the availability and adequacy of potential 8(a), HUBZONE AND SERVICE DISABLED VETERAN OWNED SMALL BUSINESS SOURCES by small business category and geographic location or Corp s District to support acquisition of the requirements stipulated below. Should acquisition of these requirements follow this market research effort, it will be conducted by the appropriate means potentially utilizing 8(a); HUBZone Set-Aside, and Service D isabled Veteran-Owned Small Business Set-Aside procedures. The Government will use responses to this SOURCES SOUGHT announcement to make appropriate acquisition decisions whether or not to solicit 8(a), Service Disabled Veteran Owned and HUBZone Small B usiness. The proposed acquisition will be for multiple A-E services procured using procedures defined in the Brooks Act, the Federal Acquisition Regulation (FAR) and FAR Supplements. . The Corps is seeking sources to perform Architect-Engineer Services for Various Civil and Military Environmental/Hazardous Waste Cleanup Projects in support of the mission of the Northwestern Division. REQUIREMENT: Potential sources must PROVIDE A WRITTEN SF 330 Part II available at: http://contacts.gsa.gov/webforms.nsf/0/21DBF5BF7E860FC185256E13005C6AA6/$file/sf330.pdf. The Corps is especially interested in your firms qualifications being demonstrat ed by a positive and proven citation of recent projects (within the last five years) accomplishing environmental design and investigations in compliance with applicable environmental laws and regulations. Work will likely include but not be limited to: si te investigations; subsurface exploration; chemical sampling; testing and analyses; hazard evaluations; feasibility and other engineering studies and reports; archaeological investigations and mitigation; wetlands determination and mitigation studies; grou ndwater modeling; fate and transport analysis; hazardous; toxic and radioactive waste design; preparation of plans and specifications; cost estimating; field inspections; verification of existing conditions; surveying and mapping; community relations; and construction phase services that include; but are not limited to; engineering design during construction; and checking shop drawings. Work shall be performed on a variety of hazardous waste and environmental type projects; including military munitions resp onse; radioactive and mixed wastes sites. The SF 330, Part II and any supporting documentation must include the following: projects contract numbers, project titles, dollar amounts, customer, dates of project, and firms role including identification of whether the firm performed as prime or sub contractor. Recent (within the last 5-years) and relevant A/E experience with Department of Defense, other federal Agencies, and non-Federal entities work for projects of similar size, scope, and complexity as a $100,000 to $1-million A/E task order in th e area of remediation, rehabilitation and construction project oversight at government and other facilities. Firms are expected to be experienced with environmental laws and regulations mandating remedial investigation and design, including but are not limited to; Federal and State versions of the Clean Air Act (CAA); the Clean Water Act (CWA); the Toxic Substanc es Control Act (TSCA); the Comprehensive Environmental Response; Compensation and Liability Act (CERCLA); the Resource Conservation and Recovery Act (RCRA); Underground Storage Tank (UST) regulations; the National Environmental Policy Act (NEPA) and the Co rps of Engineers' regulations for Civil Works. Please note, this Sources Sought Announcement is for planning purposes only and does not constitute a solicitation for bids/proposals and is not to be construed as a commitment by the Corps to further solicit or purchase anything. Any commercial brochures or currently existing marketing material may, at the firms discretion, also be submitted with the information described above. Response to this Sources Sought an nouncement is not a prerequisite to any potential future offerings, but participation may assist tailoring requirements to be consistent with industry capabilities. Firms responding to this notice must provide evidence of and indicate which of the identified classifications of small business concerns they belong to: 8(a) small business concern appear on the List of Qualified 8(a) Small Business Concerns maintained by the U.S. Small Business Administration (SBA) and is based on the criteria established in 13 CFR 124.101-112; Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns are small businesses, not less than 51 percent of which is owned by one or m ore service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans, and the management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. Note: Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16); and, HUBZone means a Historically Underutilized Business Zone that is an area located within one or more qualified census tracts, qualified nonmetropolitan counties, or lands within the external boundaries of an Indian reservation and that appears on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration. The NAICS code for this action is 541330 with a corresponding Small Business size standard of $4.5-million annual receipts or less. Also please identify the Corps District(s) (i.e., Seattle, Kansas City, Omaha) of interest to your firm. Although the Dist ricts may be at these locations, they at times provide support for other agencies outside of these areas, e.g., Kansas City supports EPA in New Jersey. Therefore, the work may be outside of the District footprint. The information received as a result of this synopsis will be considered solely for the purpose of determining the feasibility of a future procurement for the indicated small business categories. A determination by the Corps not to solicit the requirement is solely at the discretion of the Corps. Further, the Corps will not pay for any information provided in response to this sources sought. If a solicitation were to go forward following this announcement, the Corps anticipates any award of Indefinite De livery/Indefinite Quantity contract(s) would ensue not earlier than May 2008. Task orders issued under the base contracts will utilize Firm Fixed Price (FFP) or, potentially, Cost Reimbursable (CR) Contract Line Items. Responses may be sent via e-mail to: paul.r.daneker@usace.army.mil; or mailed to Contracting, U.S. Army Corps of Engineers, Attention: Paul Daneker, P.O. Box 3755, Seattle, WA 98124-3755. Fax Number: 206-764-6817. Responses to this sources sought synops is are due in the office by Close of Business (COB) 10 September 2007.
 
Place of Performance
Address: US Army Engineer District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
Country: US
 
Record
SN01394348-W 20070906/070904221557 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.