Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 31, 2007 FBO #2165
SOURCES SOUGHT

R -- Sources Sought for Professional Services IDIQ Contract for work at the G/E Housatonic River Project

Notice Date
10/29/2007
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
US Army Engineer District, New England, 696 Virginia Road, Concord, MA 01742-2751
 
ZIP Code
01742-2751
 
Solicitation Number
W912WJ-08-X-0001
 
Response Due
11/13/2007
 
Archive Date
1/12/2008
 
Point of Contact
Rachael Raposa, 978-318-8249
 
E-Mail Address
Email your questions to US Army Engineer District, New England
(rachael.raposa@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, New England District is issuing this Sources Sought Announcement to determine interest and availability of Large Business, HUBZone, Service-Disabled Veteran-Owned and other Small Business concerns for a 5 year Profes sional Services IDIQ contract with a value not to exceed $30MIL. The contractor would be responsible for performing technical assistance and oversight of the response actions being proposed and/or performed by General Electric (GE) and its contractors/co nsultants at the GE/Housatonic River Site, located in Pittsfield, Massachusetts. RESPONSIBILITIES: The contractor will be responsible for: 1) Technical oversight of planning, design, construction, monitoring and operations/maintenance activities for the following types of response actions: (a) Sediment remediation design and action (capping, dredging, excavation techniques); (b) Soil Remediation design and action; (c) PCB materials handling; (d) Environmental Restoration (river, floodplain, upland); (e ) Upland capping; (f) NAPL and groundwater monitoring, controls, and treatment; and (g) Emerging and Innovative Technologies. Technical support tasks will include the review of deliverables (work plans, reports, and drawings) for compliance with the terms of the Consent Decree and best industry practices, and provision of field oversight; 2) Modeling expertise: Demonstrate the ability to utilize the watershed, hydrodynamic, sediment transport, and PCB fate and bioaccumulation models (HSPF, EFDC and FCM) http://www.epa.gov/athens/research/modeling/index.html. Must be able to understand the models parameterization and linkages, the evolution of the model framework through the Peer Review process (accessible from the EPA website), the Calibration and Valid ation history, and have the ability to perform simulations, modify model code, and ensure its proper use for predicting future conditions under numerous scenarios; 3) Human Health and Ecological Risk Assessment and Risk Communication: Demonstrate familiar ity with Human Health and Ecological Risk Assessments, and the evolution through the Peer Review Process. Must be able to understand the contents and issues of these documents and provide technical support in all future discussions of the contents. Show experience in all aspects of risk assessments including robust statistical analyses and risk communication; 4) Sampling & Analysis: Conduct multi-media sampling for PCBs and other hazardous constituents, analysis, data validation and interpretation (air , water, soil, sediment, tissue); 5) Maintenance of the existing large data management system, GIS system and Auto Cad files: The systems contain massive amounts of information over a large area and include base maps, topographic mapping, analytical data ( concentration, x, y, and z locational data, date sampled, media, etc). Demonstrate experience and the ability to assume responsibility for the utilization of these systems and to perform statistical/other analytical treatments of the data. Data systems cu rrently utilized for the project include (a) Analytical Database - all current project analytical results and associated data are stored in a Microsoft Access Database. The prior contractor used a proprietary technical data management system and SQL Serve r software in order to import the data electronically from the labs as well as manipulate and search the data based on all the variables that are maintained in the database for any given sample. Since the prior data management system is proprietary, it wou ld not be turned over but the contents of the Microsoft Access database would. The new contractor would need to develop/have a similar database management system to effectively work with the volume of data that has been generated and stored for the project . The labs would need to format their electronic data deliverables (EDDs) in order to be compatible with the data management system; (b) GIS  The prior contra ctors data base system produced files called data-marts which GIS software can access in order to map the data. It is presumed that the SQL Server software is used to produce the data-marts. In general, it has been experienced that the compatibility betwe en database software and GIS software is very broad with minimal compatibility issues. ArcView, more recently re-named ArcGIS, has been used at this project. In addition to mapping capabilities, a requirement is to develop stack-bar maps and spatial weight ing tools for cross-checking and evaluating spatial weighting calculations. (c) Produce & maintain a secure collaborative web-based work space for the electronic files. 6) Financial Management and Cost Tracking Capabilities: Demonstrate the capability to manage complex financial management systems. Costs will be tracked at subtask levels based on formulas defined in the Consent Decree for the project. Accurate segregation of costs by category is essential for PRP cost recovery; 7) Management and Storage of Large Quantities of Project Files: Demonstrate the capability to assume responsibility for managing and maintaining a very large project file, including an Administrative Record. Managing and storing for future retrieval the project archives to include electronic and hard copies of reports, documents and drawings. There are approximately 7,200 documents contained in approximately 18-20 five-drawer lateral file cabinets; Reports, documents, etc. need to be able to be retrieved in electronic and hard c opy format on short notice. 8) Field Office and Staff: Operate and maintain a field office in Pittsfield, MA for contractor and government personnel during contract duration. Assigned contractor staff will include an on-site office manager and administ rative assistant/receptionist. 9) Litigation Support: Demonstrate the ability to provide support for any potential litigation to include expert technical witnesses, presentation materials and logistical support. 10) CERCLA/RCRA/TSCA Regulations: In addi tion to demonstrating knowledge of the regulatory framework of CERCLA, RCRA and TSCA must have prior experience in working with multiple regulatory agencies and stakeholders including federal and state (e.g. EPA, DEP, etc.). KEY PERSONNEL: The following p ersonnel would be required: (all positions at senior level) Program Manager, Project Managers, Civil Engineers, Geotechnical Engineers, Geologists, Hydrogeologists, Structural Engineers, Sediment Management Experts, Construction Oversight Managers, Innovat ive Technologies Specialists, PCB Chemists, Modelers/Programmers, Risk Assessors, Risk Communicators, Scientists, Ecologists, Restoration Specialists, Statisticians, Database Managers, GIS Managers, Financial Managers, and Regulatory Specialists. CAPABILI TIES PACKAGE: Interested firms should submit a capabilities package to include the following: business classification size (e.g. HUBZone, etc.) and demonstrated expertise and qualifications in performing the work requirements/responsibilities stated above . Specifically include in the package documentation of prior project experience with at least one example for each of the above listed work requirements/responsibilities. Examples should at a minimum include a narrative of the work performed to include pr oject title, location, size (dollar value), whether the firm acted as a prime or sub and contract type (Firm Fixed Price or Cost Reimbursement). Submissions in response to this Sources sought Announcement should not exceed 30 pages. The NAICS Code for th is work is 541620 with a size standard of $6,500,000. There should be no potential conflict of interest; interested parties must not be currently providing Professional Services to GE at any site; are currently or have within the past 10 years provided Pr ofessional Services to GE related to the GE/Housatonic River Site; or are currently providing Construction or Professional Services as the prime contractor to G E on any riverine removal/remediation project. Responses are due November 13, 2007. Responses should be addressed to the U.S. Army Corps of Engineers, New England District, 696 Virginia Road, Concord, MA 01742-2751, ATTN: Ms. Rachael Raposa. All questi ons regarding this sources sought announcement should be directed to the identified point of contact. The Government will not pay for any material provided in response to 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
SN01442536-W 20071031/071029223605 (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.