Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 24, 2008 FBO #2524
SOLICITATION NOTICE

R -- WATER RESOURCES PLANNING FOR CIVIL WORKS

Notice Date
10/22/2008
 
Notice Type
Modification/Amendment
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Jacksonville, US Army Engineer District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP09R002
 
Response Due
12/9/2008
 
Archive Date
2/7/2009
 
Point of Contact
Lelani Banks, 904-232-1387<br />
 
Small Business Set-Aside
N/A
 
Description
The correct solicitation number is W912EP-09-R-0002. This solicitation is unrestricted and is open to all firms regardless of size. The contract will be an Indefinite Delivery-Indefinite Quantity Contract for a period of one year from date of award, with options to extend for four additional years. The contract will not exceed a total of five years. The Government reserves the right to exercise the contracts option period before the expiration of the base contract period or preceding option period, if the contract amount for the base period or preceding option period has been exhausted or nearly exhausted. Work will be assigned by negotiated task orders. Maximum order limits are $1,000,000 for each contract year. The primary purpose of this proposed contract is to provide services for projects located within the geographic boundaries of the Jacksonville District. Additionally, the contract may be used to provide services within the geographic boundaries of the South Atlantic Division. PROJECT INFORMATION: JOB DESCRIPTION: The contract will provide studies, analyses and report & document preparation relating to the Corps Planning Process for various programs primarily within the Jacksonville District (SAJ) boundaries, which include peninsular Florida, a portion of south central Georgia, Puerto Rico, and the U.S. Virgin Islands. Work assignments may also include other locations within South Atlantic Division (SAD) boundaries, which include all or portions of VA, TN, NC, SC, GA, FL, AL, MS, Puerto Rico, and the U.S. Virgin Islands. All services required under this contract shall be described in a task order with an individual scope of work which may include, but not necessarily be limited to, the following types of tasks: (a) studies and analyses of problems and opportunities, constraints, formulation of measures and alternative plans, comparison of alternatives, and recommendations; (b) preparation of documents such as reconnaissance, feasibility, and post authorization reports, stand-alone or integrated environmental assessments or environmental impact statements; ( c) preparation of documents relating to compliance with applicable Federal, state and local environmental laws and regulations; (d) development of mitigation and monitoring plans (e) formulation of ecosystem restoration plans; (f) economic analyses using Corps guidance and procedures; (g) using Geographic Information Systems (GIS) to store, access and display data and information; (f) cultural resource studies and documentation. All planning documents shall be prepared in accordance with ER 1105-2-100, the Planning Guidance Notebook; the Programmatic Regulation for the Comprehensive Everglades Restoration Project; and other applicable Corps of Engineers guidance documents. The Contractor shall remain available for additional information that may be required following review of reports/studies/plans. The availability of the contractor once the deliverable is submitted for review is crucial to final approval of the report in a timely manner. Resolution of review comments may require that additional work be completed and/or clarified. CRITERIA FOR SELECTION: 1) Size and expertise of staff; 2) Specialized experience and technical competence; and 3) Capacity to accomplish work in the required time. This acquisition is unrestricted under NAICS 541620, the size standard of which is $7.0 Million. Request for Proposal will be issued on or about 10 November 2008 and will close on or about 9 December 2008. Point of Contact: Lelani Banks, Contract Specialist, US Army Corps of Engineers-Jacksonville District, CESAJ-CT-S, 701 San Marco Blvd, Jacksonville, FL 32207. Telephone number: 904-232-1387, Fax number: 904-232-2748. Via e-mail: Lelani.u.banks@usace.army.mil. Solicitation will be issued in electronic format only and will be posted on the Army Single Face to Industry (ASFI) website at https://acquisition.army.mil/asfi/. In order to receive notification of any amendments to this solicitation, interested vendors must REGISTER AS AN INTERESTED VENDOR on the Federal Business Opportunities website at http://www.fedbizopps.gov/. If you are not registered, the Government is not responsible with providing you with notification of any changes to this solicitation. You must be registered in the Central Contractor Registration in order to be eligible to receive an award from this solicitation. Call 1-888-227-2423 for more information or visit the CCR website at http://www.ccr.gov. You also must be registered in Online Representations and Certifications Application (ORCA) in order to receive an award from this solicitation. The ORCA website is located at http://orca.bpn.gov. Contracting Office Address: US Army Corps of Engineers Jacksonville District 701 San Marco Blvd. Jacksonville, FL 32207-8175 Place of Performance: US Army Corps of Engineers Jacksonville District 701 San Marco Blvd. Jacksonville FL 32207-8175 Point of Contact(s): Primary POC: Lelani Banks, 904-232-1387 Alternate POC: Brenda Martin, 904-232-3820, e-mail brenda.l.martin@usace.army.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=845b349d4839c3cf643728e8cb9ff1aa&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Jacksonville 701 San Marco Blvd Jacksonville FL<br />
Zip Code: 32207-8175<br />
 
Record
SN01694918-W 20081024/081022214753-845b349d4839c3cf643728e8cb9ff1aa (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.