Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2008 FBO #2383
SOLICITATION NOTICE

C -- Indefinite Delivery Contract for Scientific Support Services associated with dredged material transport and placement at the Historic Area Remediation Site (HARS) and artificial reefs off the coasts of New York and New Jersey.

Notice Date
6/3/2008
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, New York, US Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-08-S-0012
 
Response Due
6/16/2008
 
Archive Date
8/15/2008
 
Point of Contact
Elizabeth Stanley, 917-790-8172
 
Small Business Set-Aside
Total Small Business
 
Description
This is a revised SOURCES SOUGHT NOTICE for Market Research ONLY to determine the availability of potential small business categories, for potential small business set-aside. NO AWARD will be made from this Sources Sought. NO SOLICITATION IS AVAILABLE AT THIS TIME. Potential offerors having the skill, capabilities and bonding necessary to perform the proposed procurement are invited to perform feedback via email to Elizabeth.A.Stanley@usace.army.mil. All responses will be used to determine the appropriate acquisition strategy for potential future acquisition. Particularly, the purpose of this NOTICE is to gain knowledge of potential small business sources in the following categories: certified 8a, certified HUBZone, and Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), for an Indefinite Delivery Contract for Scientific Support Services associated with dredged material transport and placement at the Historical Area Remediation Site (HARS) and artificial reefs off the coasts of New York and New Jersey. The NAICs code is 541330, Engineering Services, and the size standard is $4.5 million average annual receipts for proceeding three fiscal years. For this potential procurement, small business categories as listed above MAY CONSIDER potential Joint Venture partners, teaming partners, and or major subcontractor or prime. Such capabilities will be evaluated solely for the purpose of determining whether to Set-Aside this potential procurement for the Small Business (SB) Community OR to conduct as an UNRESTRICTED Procurement. LARGE BUSINESSES may respond to this NOTICE in the event the market does not indicate SB interest, however, preference will be given to the SB categories listed above. The estimated value of this potential support services contract is approximately $3M. No awards will be made from the responses to this sources sought. BACKGROUND AND INFORMATION REQUIRED SCIENTIFIC SUPPORT SERVICES FOR SOURCES SOUGHT: Interested firms must submit a qualifications statement (not more than 20 pages) including but not limited to the following information: a. Self-certification that your firm is a small business concern. b. Indicate proposed team members to include: Name of prime firm and sub-contractors, address, role in this contract and POC information of each firm c. Organizational Chart of Proposed Team. d. Demonstrate the capability to perform in accordance with EP 715-1-7, Chapter 3-8(2)c which can be found at http://www.usace.army.mil/publications/eng-pamphlets/ep715-1-7/toc.htm. There is a limitation on subcontracting whereby at least 50% of the cost of contract performance incurred for personnel must be expended for employees of the prime firm as required by FAR 19.508(e) and 52.219-14. e. Total number of employees dedicated to the contract, listing each employees function, professional discipline, college degrees, and professional license listing the state and date of registration. f. Resume of the overall Project Manager and senior personnel of each key discipline shown below in the list of professional disciplines. g. Demonstrate experience in the required scientific support services listed below. The Historic Area Remediation Site (HARS) is an area designated by the U.S. Environmental Protection Agency (EPA) for remediation due to the presence of contaminated dredged material associated with historic dumping activities. The HARS is being remediated with uncontaminated, Category I dredged material by placement of at least a 1-meter thick sediment cap. A Site Management and Monitoring Plan (SMMP) developed for the HARS, encompasses, through tiered selection criteria, precision bathymetric surveying, side-scan sonar analysis, sub-bottom seismic profiling, surface and subsurface sediment collection and analysis (photography, benthic community structure analysis, grain size, chemical characteristics and toxicity, bio-assays and bio-accumulation studies), water quality analysis, oceanographic and sedimentological process studies. The SMMP is being used as a guideline to manage placement of dredged material at the HARS, to ensure efficient construction of the 1-meter sediment cap, and to monitor changes at the HARS while remediation activities occur and, ultimately, to ensure remediation has been completed. The USACE New York District (CENAN) is responsible for contracting and overseeing the various activities described in the SMMP. A revised HARS SMMP is being prepared for adoption in 2008. Alternative locations for ocean placement of dredged materials may be necessary after HARS remediation is completed and it may be necessary to investigate alternatives during the final years of HARS remediation. This future contract will be used to complete the activities described in the HARS SMMP and related activities in a timely, technically sound, and cost effective manner. Additionally, this contract will allow data collection associated with investigation of future sites for ocean placement of dredged materials. New York District proposes to issue a solicitation for award of one (1) contract. This contract must maintain data continuity between previous work at the HARS and all subsequent data collection, in particular, maintaining compatibility with the Dredging Analysis Network for New York District (DAN-NY) computer database, as well as the ability to complete tasks on short notice and within limited periods of performance. Task orders issued against this contract will be utilized for collection and analysis of data associated with activities described in the HARS SMMP and related activities from areas within and/or adjacent to the HARS, and the New York Bight Apex, including: (1) high-resolution multi-beam bathymetric surveys, (2) side-scan sonar surveys, (3) collect photographs of the sediment surface and sediment profiles using SPI technology, (4) collect and analyze sediment vibra-cores, (5) collect bottom sediment samples for shipment to an approved laboratory for toxicity analysis, (6) maintain database associated with automated, GPS-based, positioning and draft monitoring equipment required to be onboard all dredged material disposal scows, transport barges, and hopper dredges, and provide documentation of disposal activities, (7) provide scow monitoring data and USACE Transportation and Placement Log data, and other monitoring data for use with the DAN-NY software system, (8) collect basic oceanographic data within the New York Bight Apex, (9) collect surface and sub-surface sediment samples for shipment to an approved laboratory for chemical analysis, (10) conduct benthic community structure analysis, (11) add the latest geo-spatial data to the existing CENAN DAN-NY software system database, along with appropriate metadata, and incorporate additional geospatial data sets as necessary (12) maintain a website for near real time observation of scow monitoring and placement data, (13) provide weekly scow monitoring data updates for import to the DAN-NY software system, and (14) modify historical geo-spatial data for import to the DAN-NY software system, if requested by NY District. Special qualifications include, but are not limited to: capability and experience with; specialized computer programs such as Arc View, website development, remote sensing instrumentation, precision hydrographic surveying, sediment profile imagery collection and analysis, geotechnical data collection and analysis, monitoring of marine habitats, environmental testing and analysis, preparation of studies and reports. The contractor must be familiar with current U.S. Army Corps of Engineers regulations, guidelines, and procedures. The contractor must also have the capability to manage and supervise other contractors and demonstrate the ability to handle the large volume of work under strict deadlines. The contractor must demonstrate in the submittal its plan for successful quality assurance and integration of all disciplines to insure that a quality product is produced. Supervisory and/or key personnel should have advanced college degrees in an appropriate discipline or Hydrographic Surveyor certification, and should have experience in the following: (1) scientific planning (2) budgeting (3) marine field work (4) hydrographic surveying, (5) map preparation, (6) website development, (7) geotechnical data collection and analysis, (8) real-time remote sensing data processing, (9) oceanographic data collection and analysis, (10) sedimentological studies, (11) biological assessment, and (12) report preparation. Consideration will only be given to firms that assemble a team of in-house and consultants with a professional staff consisting of the following disciplines: 1. Project Manager (Resume required), 2. Oceanographer (Resume Required), 3. Biologist (Resume Required), 4. Ecologist/Environmental Scientist (Resume Required), 5. Sedimentary Geologist (Resume Required), 6. GIS Specialist (Geographer/Cartographer/Geospatial Data Analyst) (Resume Required), 7. Website Developer (Resume Required), 8. Hydrographic Surveyor (Resume Required), 9. Sediment Profile Imagery analysis, 10. Benthic Habitat assessment, 11. Technical Writer Please note that this notice is not a commitment on the part of the Government to award a contract as a result of this notice or to pay for any information received. This announcement neither constitutes a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. If the Contracting Officer determines that there is not an adequate, qualified group of respondents, the solicitation shall be issued on an unrestricted basis and all firms regardless of size shall be eligible and encouraged to compete for this potential project. Qualifications statements will not be accepted after 4:00 pm on Monday, 16 June 2008. Facsimile transmissions of the qualifications statements will not be accepted. Due to heightened security around 26 Federal Plaza, be prepared to leave ample time to gain entry into the building. Submit three (3) qualification statements to: ATTN: Elizabeth A. Stanley, CENAN-CT, RM. 1843, US Army Corps of Engineers, NY District, 26 Federal Plaza, New York, NY 10278
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=653aa4cbc65c39377cc9159ca01470aa&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, New York CENAN-CT, 26 Federal Plaza, Room 1843 New York NY
Zip Code: 10278-0090
 
Record
SN01586176-W 20080605/080603220944-653aa4cbc65c39377cc9159ca01470aa (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.