Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2009 FBO #2776
SOURCES SOUGHT

R -- DOD Haz Material Managment Program(HMMP) Ft Bliss, Texas

Notice Date
7/1/2009
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, California, 95814
 
ZIP Code
95814
 
Solicitation Number
SS2009
 
Archive Date
7/24/2009
 
Point of Contact
Diane M Ferguson, Phone: 9165575190
 
E-Mail Address
diane.m.ferguson@usace.army.mil
(diane.m.ferguson@usace.army.mil)
 
Small Business Set-Aside
Total HUB-Zone
 
Description
This is a SOURCES SOUGHT NOTICE for Market Research purposes ONLY to determine the availability of potential HUBZone firms for a potential HUBZone business category type set-aside. NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME ; therefore, DO NOT request a copy of a solicitation. Potential offerors having the skill, capabilities and personnel necessary to perform the described project are invited to submit a Capability Statement (described below). All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. Particularly, the purpose of this NOTICE is to gain knowledge of potential small business sources in the following category: Certified HUBZone for Environmental Management System (EMS) Support for U.S. Army Dugway Proving Ground, Dugway, Utah. This project is planned for advertising in July 2009. The NAICS Code is 541620, the size standard is $7.0 M, and the Product Service Code (PSC) is 8999. The duration of the project is 24 months. Under Federal Acquisition Regulation (FAR) guidelines, the concern will perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees. Particularly, the purpose of this NOTICE is to gain knowledge of potential small business sources in the following categories: Certified HUB Zone for Environmental Management System (EMS) Support and conformance to ISO 14001 for U.S. Army Dugway Proving Ground, Dugway, Utah. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business Community or to conduct as an Unrestricted Procurement. Other than small 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 government must ensure there is adequate competition among the potential pool of available contractors. PROJECT DESCRIPTION T his project includes tasks needed to provide the U.S. Army Dugway Proving Ground (DPG) with Environmental Management System (EMS) Performance Support and conformance with ISO 14001. The primary objective is to evaluate the DPG current EMS program to determine if current processes are implemented and efficient, and to provide recommendations for process improvement as necessary to further an integrated environmental compliance program. The contractor will evaluate activities and associated aspects and impacts, how aspects and impacts relate to implemented procedures, employee awareness the EMS, identifying areas of non conformance (if applicable), and the effectiveness and adequacy of the EMS program. Additionally, the contractor will provide recommendations where information management systems may be utilized to better implement this program. CAPABILITY STATEMENT 1) Offeror's name, address, point of contact, phone number, and e-mail address. 2) Offeror's interest in bidding on the solicitation when it is issued. 3) Offeror's capability to perform a contract of this magnitude and complexity and comparable work performed within the past 5 years - brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 4) Offeror's type of small business and Business Size (Small Business, HUBZone, Service Disabled Veteran Owned and/or Small Business, 8(a)) 5) Offeror's Joint Venture information if applicable - existing and potential 6) Offeror's Bonding Capability in the form of a letter from Surety The Capabilities Statement for this sources sought is not expected to be a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather short statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition among 8(a), Service Disabled Veteran, HubZone, or all Small Business firms or proceed with full and open competition as Unrestricted. Offers that do not meet all requirements or submit within the allotted time will not be considered. All interested contractors should notify this office in writing by email or mail by 5:00 PM Pacific Time 15 July 9, 2009. Submit response and information to: Mrs. Diane Ferguson, CECT-SPK-B, Room. 878, US Army Corps of Engineers, Sacramento District, 1325 J Street, Sacramento, CA 95814 or diane.m.ferguson@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/SS2009/listing.html)
 
Place of Performance
Address: US Army Dugway Proving Ground, Dugway, Utah, Utah, United States
 
Record
SN01862419-W 20090703/090702000744-516c737f516166379d039ca9bd3f2537 (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.