Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2009 FBO #2704
SOURCES SOUGHT

R -- Underground Storage Tank Technical Guidance Manuals for Guam and the Commonwealth of the Northern Marianas Islands

Notice Date
4/20/2009
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Honolulu, Attn: CECT-POH, Building 230, Fort Shafter, Hawaii, 96858-5540, United States
 
ZIP Code
96858-5540
 
Solicitation Number
W9128A-09-T-9998
 
Archive Date
5/29/2009
 
Point of Contact
Linda Oshiro,, Phone: 808-438-8572
 
E-Mail Address
linda.n.oshiro@usace.army.mil
 
Small Business Set-Aside
N/A
 
Description
Underground Storage Tank Technical Guidance Manuals for Guam and the Commonwealth of the Northern Marianas Islands. The U.S. Army Engineer District, Honolulu is conducting market research (for informational purposes only) to identify potential sources with the capacity and technical capability necessary to perform successfully under the requirement described herein. DESCRIPTION OF SERVICES. The subject requirement will provide for the preparation of two technical guidance manuals to support the underground storage tank (UST) programs in Guam and the Commonwealth of the Northern Marianas Islands (CNMI). The guidance manuals will implement the applicable laws ( 10 GCA Chapter 76: Underground Storage of Hazardous Substances Act for Guam and Chapter 65-100 of the CNMI Administrative Code for the CNMI) in each jurisdiction. Neither jurisdiction has an established technical guidance manual but both have expressed an interest in adopting a similar style and format as the State of Hawaii, Department of Health. These new manuals will provide guidance and technical assistance to owners, operators (or other responsible parties) and their consultants/contractors specifically on the issues of: (1) response to spills, overfills, and suspected releases; (2) release response to confirmed releases; and (3) permanent UST closures. These manuals will set the basis for good quality closure and release response work in each jurisdiction. In addition, the manuals will set the stage for better all-around communication of actions and work-products among all parties, public and private. The manuals will articulate and provide readers a clear understanding of the regulatory positions of the jurisdiction and the expectation for work performance and products. The manuals will yield more informed environmental decision-making on the part of the UST owners and operators and also their consultants/contractors. These manuals will set forth the specific types of actions which owners and operators must undertake, and the time frames for undertaking them in order to comply with the applicable rule or regulation. The manuals are intended to help owners and operators to better plan for UST-related work and to properly document such actions in order to demonstrate compliance with the Guam or the CNMI regulations. The manuals are intended to educate and sensitize owners and operators to the nature and magnitude of some of the tasks necessary in order to comply with the Guam or the CNMI regulations. Finally, the manuals are intended to standardize the approaches and submittals to the responsible Government office. BACKGROUND MATERIAL : Guam: http://node.guamepa.net/regs/chapter76.html CNMI: http://deq.gov.mp/artdoc/Sec7art45ID101.pdf Hawaii: http://hawaii.gov/health/about/admin/health/environmental/waste/ust/index.html THIS IS NOT A REQUEST FOR TECHNICAL OR COST PROPOSALS. This is a sources sought notice for written information only. The purpose of this notice is to invite interested business concerns to submit a brief capability statement, delineating a business approach for meeting the requirements identified below. The Government does not intend to award a contract on the basis of this notice or reimburse the costs incurred by potential offerors in providing the information requested herein. CAPABILITY STATEMENT. Capability statements must address technical competencies, and management/personnel experience relative to: (1) the preparation and coordination of guidance documents; (2) recent projects that demonstrate knowledge and past experience similar to the type of work described above. Submit only current and past clients no more 5 years old. Include a brief description, identify the prime contractor, contract type (list by task order if IDIQ), contract or task order value, dollar value of work subcontracted, percent complete, if complete date completed, customer POC and current phone number; and (3) the overall business demands of the proposed acquisition for the best mix of cost, performance, and schedules. In addition, capability statements should address the concern's capacity to manage the anticipated volume of work under this requirement. Finally, general financial and organizational information should be provided with regard to the following items: (1) average number of employees of the concern; (2) average annual receipts based on the last three fiscal years; (3) a description of other current business commitments (i.e., contracts, etc.); and (4) identify if a large, small, (including 8(a), veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns) business. Interested parties should be concise in their capability statements, and limit responses to no more than 10 pages. Capability statements should be responsive to all information items requested herein to allow for an accurate business assessment. Standard brochures and paraphrasing of the description of services will not be considered a sufficient response to this notice. Feedback and/or evaluation information will not be provided to any firm regarding their individual capability statements; and no telephone calls and/or requests for a solicitation will be accepted or acknowledged. All responses should be sent via e-mail to linda.n.oshiro@usace.army.mil The deadline for submitting capability statements is 14 May 2009, 2:00 p.m., Hawaiian Standard Time.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d1c3b4470c9eeff55523fb6460f1ad18&tab=core&_cview=1)
 
Record
SN01796871-W 20090422/090420220825-d1c3b4470c9eeff55523fb6460f1ad18 (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.