Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2008 FBO #2281
MODIFICATION

F -- Capability Statement Extension for the Environmental Enterprise Services Sources Sought

Notice Date
2/22/2008
 
Notice Type
Modification
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
ACA, Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
W9124708XXXXXX
 
Response Due
4/3/2008
 
Archive Date
6/2/2008
 
Point of Contact
walkera, 910-907-4745
 
E-Mail Address
Email your questions to ACA, Fort Bragg
(anna.walker@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Submission of Capability Statements This is a follow-on sources sought announcement to the one published on 12 December 2008. The U.S. Army Environmental Command (USAEC) and the Fort Bragg Directorate of Contracting (FBDOC), Army Contracting Agency-Southern Region will continue to accept capability statements from small businesses in the North American Industry Classification System (NAICS) code of 541620 ($6.5M size standard) through 3 April 2008 (see the FebBizOps Sources Sought dated 18 Dec ember 2008). Small businesses interested in supporting one of the 4 environmental enterprise areas of Environmental Compliance, Cultural Resources, Natural Resources, and Management/Professional Services can find information on this requirement and the in formation brief at the Industry Conference held on 30-31 January 2008 at http://aec.army.mil/usaec/business/index.html. This web site will continue to be used to release future draft documents for comment to industry. The conceptual acquisition strategy is to establish separate multiple award Indefinite-Delivery/Indefinite-Quantity (ID/IQ) contract suites (all set-aside for small business) consisting of a basic ordering period of one (1) year and four 1-year optional ordering periods for each enterprise a rea. Task orders will be competed strictly within the context of each enterprise area multiple award ID/IQ contract. The estimated program ceiling (over 5 years) for each enterprise area is as follows: Environmental Compliance - $230M, Cultural Resource s - $45M, Natural Resources - $105M, and Management/Professional Services - $190M. The estimated program ceiling reflects the total value of all actions to be conducted under that multiple award enterprise ID/IQ contract suite. The conceptual acquisition strategy includes an Organizational Conflict of Interest restriction on the Management/Professional Services enterprise contract. This means that contractors that compete on that enterprise area will be precluded competing as prime contractors in the oth er areas and vice versa. THIS IS NOT A REQUEST FOR TECHNICAL OR COST PROPOSALS. The Government will not award a contract based on the submission of capability statements. This is an opportunity for small businesses interested in serving as prime contractors to submit a brief capability statement demonstrating how they could meet the requirements specified in each of the enterprise areas. The Government will review the capability statements and inform submitters on whether they are considered to be viable competitors for this acquisition. Submitters in the identified NAICS code that are deemed viable will be identified to industry on the web site listed above unless they inform the Government of a desire to opt out. The capability statements are also being used to support and finalize the acquisition strategy. Capability statements shall be limited to no more than eight (8) pages and must be submitted for each separate enterprise area. No more than two (2) pages should be used to address the Contracting Topics and no more than six (6) pages for each Draft PWS and Requirements Related topics. All questions are listed below. Standard brochures and paraphrasing of the PWS will not be considered a sufficient response to this notice. Infor mation provided will not be used as a part of any subsequent solicitation requirement. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. Contracting Topics (2 page limit): Separate answers are required for each enterprise area. 1) Provide your Company name; Point of Contact information (address, telephone, facsimile, e-mail); DUNS number; CAGE code; and Small Business status (i.e., Small Business, Small Disadvanta ged Business, HUBZone, Small Disadvantaged Veteran Owned Business, etc.). 2) Address whether maintaining your small business size status through the life o f the contract is a factor in the number of task orders competed on and won over a 3 year period. 3) If this acquisition is set-aside for small business, FAR Clause 52.219-14, Limitations on Subcontracting will be applied at the contract level. Accord ingly, identify what percentage of work by technical area in the PWS that your businesses would perform as the prime contractor. 4) Please indicate whether you can perform at all IMCOM locations within the continental United States (CONUS) (including Alaska and Hawaii) or if you would have any geographical limitations/preferences (e.g., Southeastern, Northeastern, Northwestern, Southwestern) regarding contract performance. 5) Describe your experience, within the past 5 years, with performance bas ed acquisitions of environmental services, including challenges faced and how you overcome those challenges. 6) Describe the experience of your staff with working directly on military installations. 7) Address whether you intend to support this r equirement from one office or if you have multiple office locations that can be used to support this requirement. Environmental Compliance Draft PWS and Requirements Related Topics (6 page limit): 1) Briefly demonstrate your ability to meet the requirements specified in the Draft PWS as the prime contractor or through your use of subcontractors. 2) Describe how you would include facility sustainability in a performance work statement. 3) Describe your experience with the environmen tal impacts of military maneuver and live fire training, tactical vehicle maintenance, and facility utility operations, and building renovation and demolition. Cultural Resources Draft PWS and Requirements Related Topics (6 page limit): 1) Briefly demonstrate your ability to meet the requirements specified in the Draft PWS as the prime contractor or through your use of subcontractors. 2) Address whether you maintain your own staff of qualified cultural resource professionals including a rcheologists, historical architects and architectural historians and identify how large is your permanent staff is in each of these areas. 3) Describe your company's experience with archeological surveys and evaluations on military installations or on federal, state, or local properties. 4) Address whether you can develop a cost schedule for archeological inventory and archeological evaluations by acre for various regions in the US (please identify each region). 5) Address your experience with architectural inventory and evaluation for buildings and structures from 1950 to the present. Natural Resources Draft PWS and Requirements Related Topics (6 page limit): 1) Briefly demonstrate your ability to meet the requirements specifie d in the Draft PWS as the prime contractor or through your use of subcontractors. 2) Address whether you have successfully subcontracted to small academic or individual professional natural or cultural resources experts and discuss what administrative costs are incurred when using them. 3) Provide brief descriptions of work you have done in Clean Water Act and Endangered Species Act compliance on military installations or similar federal, state, or local properties. 4) Address whether your co mpany has worked on Biological Assessments from inception to final approval. 5) Describe your company's involvement in range construction/operation impact assessments. Management/Professional Services Draft PWS and Requirements Related Topics ( 6 page limit): 1) Briefly demonstrate your ability to meet the requirements specified in the Draft PWS in the context of environmental work in the other 3 enterprise areas as the prime contractor or through your use of subcontractors. 2) Addres s whether your firm can provide both on-site and off-site environmental support. 3) Within the context of the requirements of the draft PWS, contrast the ser vices that you have traditionally provided support based on specific deliverables against those that are more readily supported as on-site level-of-effort requirements. 4) Address your firms experience with Organizational Conflict of Interest provisio ns within all categories identified in FAR Part 9. Please send 2 copies of capability statements to: US Army Environmental Command, Attention: Mr. Thomas Symalla, 5179 Hoadley Rd, Bld E4460, Aberdeen Proving Ground, MD 21010-5401. An electronic copy should be emailed to Ms. Anna Walker, Contract Specialist at Anna.Walker@us.army.mil. Any questions regarding this notice should also be sent to Ms. Anna Walker. Ms. Walker may also be reached at 910-907-4745.
 
Place of Performance
Address: ACA, Fort Bragg Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC
Zip Code: 28310-5000
Country: US
 
Record
SN01514907-W 20080224/080222224557 (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.