Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2007 FBO #2217
SOURCES SOUGHT

R -- Public Outreach, Environmental Review to Support Property Transfer, Regulatory Support, and Prescribed Burn Management Support for the(HTW) and(MEC) Program, Former Ft. Ord, Monterey County, CA

Notice Date
12/20/2007
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-08-X-XXXX
 
Response Due
1/10/2008
 
Archive Date
3/10/2008
 
Point of Contact
Dennis Wagner II, 916-557-5195
 
E-Mail Address
Email your questions to US Army Engineer District, Sacramento
(Dennis.D.Wagner@spk01.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
POTENTIAL SOURCES SOUGHT Public Outreach, Environmental Review to Support Property Transfer, Regulatory Support, and Prescribed Burn Management Support for the Hazardous, Toxic, Waste (HTW) and Munitions and Explosives of Concern (MEC) Program,<BR >Former Ft. Ord, Monterey County, CA Classification Code: R - Professional, Administrative, and Management Support Services Contracting Office Address: USAED, Sacramento, Corps of Engineers, Contracting Division, 1325 J Street, S acramento, CA 9581-2922 Subject: POTENTIAL SOURCES SOUGHT -- Public Outreach, Environmental Review to Support Property Transfer, Regulatory Support, and Prescribed Burn Management Support for the Hazardous, Toxic, Waste (HTW) and Munitions and Explo sives of Concern (MEC) Program, Former Ft. Ord, Monterey County, CA PROJECT TITLE: The purpose of this synopsis is to conduct market research on potential sources for a future acquisition of various services in support of HTW and MEC Cleanup at the Former Fort Ord, California. This is not a request for competitive proposals or quotations. It is anticipated that the following services will be required: Work includes integration of various disciplines such as public outreach, environmental documenta tion supporting property transfer, prescribed burn management, and environmental engineering support. Detailed requirements include, but are not limited to, the following: (1) Public Outreach: Coordinate Public Relations as the liaison with enviro nmental remediation stakeholders including Dept of Army Base Realignment and Closure Office (BRACD), Natural Resource Trustees, various project contractors, regulatory agencies, the Presidio of Monterey, Dept of Defense, BEC, community and university repre sentatives, and other appropriate agencies with regard to the leasing or conveyance of property (e.g., cleanup schedules and priorities, cleanup actions and levels, reports to community leaders on cleanup progress and/or possible impediments to a lease or conveyance) and other closure-related matters; coordinate outreach activities to ensure compliance with CERCLA; experience with community involvement plans to support the environmental cleanup programs; coordinate public relations actions, including the no tification program; respond to inquiries from the media and public; assist the BRAC Environmental Coordinator (BEC) at community groups meetings, local governmental officials and others; (2) Environmental Documentation Supporting Property Transfer: Findi ng of Suitability to Transfer (FOST) 10, provide project oversight and coordinating the development and completion of deeds and Covenant to Restrict Use of Property (CRUPs) and other requirements that lead to the property transfer; FOST 11 coordinate the development and preparation of the draft and draft final versions for Agency and Army legal review; coordinate and develop Findings of Suitability for Early Transfer (FOSETs) in completion of the Covenant Deferral Request; review of Land Use Control Implem entation Plans; for the Del Rey Oaks parcel; coordinate / develop CRUPs in support of various property transfers; ensure compliance with RCRA corrective action closeout determination and the CERCLA covenant for parcels transferred under CERCLAs Early Tr ansfer authority; (3) Environmental Engineering Support: ensure that Federal Facility Agreement, CERCLA and Applicable, Relevant, and Appropriate Requirement (ARARs) are met, review /comment on HTW documents that affect munitions cleanup operations; revi ew new and proposed regulations for impact to cleanup regarding either Munitions or HTW work; Develop/coordinate remedial investigation/feasibility studies, records of decision, approval memorandums and work plans under Military Munitions Response Program guidelines; review documents developed in association with land designated for transfer and cleanup via an Environmental Services Cooperative Agreement (ESCA) f or designated reuses; coordinate compliance requirements for construction storm water permit program as well as small municipal separate storm sewer system management program, per National Pollutant Discharge Elimination System (NPDES) permits (Clean Water Act); coordinate drinking water and wastewater related issues and implement measures to monitor and ensure safety of drinking water following the provisions of federal and state lead and copper rule (Safe Drinking Water Act), including annual public educa tion; and (4) Prescribed Burn Manager: Assist the Chief of Fire and Emergency Services in overall fire and emergency services operations as well as act as Presidio of Monterey (POM) Fire Department project administrator for the annual burn program on the former Fort Ord military base and current CERCLA and BRAC site; maintaining compliance with all applicable laws, rules, and regulations associated with same; conduct various and routine field activities including fuel collection, plant and soil moisture co llection and archiving, fuels assessment, fuel break assessments and maintenance scheduling, on site weather data collection and other related tasks that may be required; develop, implement, administer and integrate information as required in the prescribe d burn plan and the after action reports; develop all documents required and related to a prescribed burn program including burn plan, burn support plans and after action reports; support as the project administrator to the Incident Commander during the ex ecution of the prescribe burns; assist in review / evaluation of burn results in relation to the prescribed burn objectives, recommending changes and improvements and work with Fort Ord BRAC Office and USACE and present recommendations to the Chief, Fire a nd Emergency Services that may impact upon the organization in terms of resource allocation. Potential sources must submit a capability statement of no more than 8 pages in length, which addresses the following key areas: (1) TECHNICAL - Potential s ources must submit a list of recent projects and associated personnel that demonstrate their knowledge and past experience relating to all of the varying types of work described above, particularly in the areas of outreach, property transfer, prescribed bu rns, and environmental documentation and regulations. Individual task orders under IDIQ contracts should be listed as separate projects. Submit only current and past project and client information that is no more than 3 years previous and include a brief description, identify the capacity the firm worked in on the project (prime or subcontractor), the contract type (list by task order if IDIQ), contract or task order value, dollar value of work subcontracted, percent complete, if complete  date completed , name and title of customer POC and current phone number. Identify those projects where the project management staffs have a good working relationship with Regulatory agencies and include the name of the Regulatory agencies, agency POCs, and their curren t phone number. (2) MANAGEMENT (personnel/organizational staff experience, project management, etc.)  (2a) Potential sources must identify their management staff and plan for technical and administrative support of concurrent open FFP task orders with a potential value totaling approximately $500,000. Management includes the ability to track costs and schedule under possible cost reimbursement type task orders. (2b) The management staff must be experienced in handling multiple, complex projects with a minimum of 5 years experience in work same or similar to that listed above. Identify those projects submitted under TECHNICAL above, where the management and technical staff have gained the experience. (3) BUSINESS SIZE - Potential sources shall ident ify if they are a large, small, SDB/8a, or women-owned business. If the firm is a small business, the response to this synopsis must include how the firm it wi ll meet the Federal Acquisition Regulations (FAR) requirements for limitations in subcontracting for the proposed solicitation (or completed contracts of a similar nature and size) that states &at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern. (4) ACCOUNTING AND PURCHASING SYSTEM STATUS - Potential sources shall identify if their current accounting system has been approved by the Federal Government for cost reimbursement contracting. Firms should also identify if they have an approved purchasing system. The name and phone number for the firms cognizant Audit Office POC and cognizant ACO shall also be provided. All interested parties may respond or submit statements of qualifi cations. This is not a request for competitive proposals or quotations. A determination by the Government no to compete this proposed contract is within the discretion of the Government. All responses are due to US Army Engineering District, Sacramento, Monterey Project Office, Attention: Shauna Martinez, 1325 J Street, Sacramento, CA 95814-2922 not later than close of business, 5:00pm PST on January 10th, 2008. This action will be conducted under FSC Code F999, NAICS Code 541620. The size standard is $6.5 million. Please direct all questions to US Army Engineer District, Sacramento, Attention: Ms. Shauna Martinez, Contract Specialist, phone (916) 557-5110, fax: (916-557-7854, email address: Shauna.L.Martinez@usace.army.mil. See Numbered Note 22.<BR >
 
Place of Performance
Address: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
Country: US
 
Record
SN01474275-W 20071222/071220230152 (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.