Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 13, 2008 FBO #2239
SOURCES SOUGHT

C -- AE Services for preparation of an EIS and supporting environmental studies and documentation for the proposed land acquisition / airspace establishment, MAGTFTC / MCAGCC Twentynine Palms CA

Notice Date
11/2/2007
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC SW, 937 N Harbor Dr, San Diego, CA, 92115, UNITED STATES
 
ZIP Code
92115
 
Solicitation Number
N62473-08-SS-3504
 
Response Due
11/30/2007
 
Point of Contact
Pamela Sons, Contract Specialist, Phone 619-532-4164, Fax 619-532-4160, - Pam Pratt, Contracting Officer, Phone 619-532-2648, Fax 619-532-4160
 
E-Mail Address
pamela.sons@navy.mil, pamela.d.pratt@navy.mil
 
Description
This is not a solicitation announcement and there are no Request for Proposal (RFP) documents to download. This is a Sources Sought Synopsis only. This synopsis is a market research tool being utilized to determine the availability of qualified Small Business sources prior to issuing an RFP. The Government is seeking qualified 8(a), HUBZONE, or Small Business sources that are certified by the Small Business Administration relative to NAICS classification 541620, Environmental Consulting Services. The applicable size standard is $6.5M, average annual gross receipts for the proceeding three fiscal years. Responses to this sources sought synopsis will be used to make appropriate acquisition decisions. After review of the responses to this source sought synopsis, and if the Government plans to proceed with the acquisition, a solicitation announcement will be published in Federal Business Opportunities. Responses to this sources sought are not an adequate response to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources sought synopsis. The firm (including consultants) needs to be able to demonstrate knowledge and experience in all of the mentioned services. The general scope of this requirement covers architectural and engineering (A/E) services for the preparation of an Environmental Impact Statement (EIS) and supporting environmental studies and documentation for the proposed Land Acquisition/Airspace Establishment in Support of Large-Scale Marine Air Ground Task Force (MAGTF) Live Fire and Maneuver Training at Marine Air Ground Task Force Training Command (MAGTFTC)/Marine Corps Air Ground Combat Center (MCAGCC) Twentynine Palms, California. The EIS would analyze environmental impacts of acquiring approximately 200,000 acres of public and private land, the establishment of special use airspace overlying the acquisition area, and extension of the current Military Operation Area?s over surrounding areas. Associated environmental studies/documents may include but is not limited to, Clean Air Act Conformity Analysis; surveys and evaluations of cultural resources; biological surveys and assessments; airspace and air traffic analysis; noise impact studies; Environmental Condition of Property (formerly known as Environmental Baseline Survey); Public Involvement Plan (PIP), including public scoping meetings and hearings; and preparation and maintenance of the administrative record. The estimated value of this contract is from $1,500,000 - $5,000,000. If a small business were to receive an award as prime contractor as a result of a small business set-aside solicitation, the small business prime will be required to comply with FAR 52.219-14, Limitations on Subcontracting, which states that ?at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern?. The estimated contract start date is March 2008 with an estimated completion date of December 2011. SUBMISSION REQUIREMENTS: 1. Firms submitting responses shall present their information in a matrix format showing government contracts where they have performed work similar to that described above. 2. The matrix shall show up to ten (10) recent projects that demonstrate your firm can perform the services (as a whole) listed above, with contract numbers, contract type (firm fixed price, cost reimbursement, etc.) total contract price, client?s name, current and accurate client point of contact with phone number, project location description of the contract?s work requirement, specific description of the actual work that the respondent did (was your firm the prime or subcontractor and if a subcontractor, what type of work and the percentage of the total contract was your firm responsible for), and dates of the contract performance. Highlight projects that are close to the dollar value stated above. 3. Provide your ability to meet the qualifications above relative to your firm/team. Demonstrate professional qualifications of your key personnel in the preparation of the documents listed above, to include any professional registration such as American Institute of Certified Planners (AICP). List only the team members who actually will perform major tasks under this contract and their qualifications, which should reflect the individual?s potential contributions to the contract. Provide the firm?s status, size of the business, relative to the NAICS code 541620. If the firm is certified by SBA as 8(A), HUBZONE, etc., a copy of the certification must be included. Responses shall not be in excess of thirteen (13) pages. Two sided pages count as two sheets. Up to ten (10) pages should be dedicated to past and current projects that show the firms ability to perform the services described above. There should be one project per page. Two (2) pages should show key employees, both firm and sub-consultants, and their experience relative to the services described above. One (1) page should be the cover sheet which includes name of company, address, telephone number, fax number, at least two points of contact, e-mail addresses, business size, and a short description of the firm?s history including years in business, number of employees, and main disciplines of the firm. Copies of SBA Certifications are not included in the thirteen (13)-page count. Packages: ORIGINAL AND TWO COPIES have to be received by 2:00 P.M. Pacific Time at Naval Facilities Engineering Command Southwest, Central IPT, ATTN: ROPCA.PS, Building 1, 3rd Floor, 937 Harbor Drive, San Diego, CA 92132 on 30 November 2007. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (02-NOV-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 11-JAN-2008, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/NAVFAC/NSW/N62473-08-SS-3504/listing.html)
 
Place of Performance
Address: MAGTFTC / MCAGCC TWENTYNINE PALMS CA.
Zip Code: 92278
Country: UNITED STATES
 
Record
SN01484414-F 20080113/080111232557 (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.