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
SOLICITATION NOTICE

B -- General Environmental Services for National Environmental Policy Act (NEPA) Compliance U.S. Army Engineer District, Galveston, Texas and Louisiana.

Notice Date
7/1/2009
 
Notice Type
Presolicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Corps of Engineers, Galveston District, US Army Corps of Engineers, Galveston, 2000 Fort Point Road, PO Box 1229, Galveston, TX 77553-1229
 
ZIP Code
77553-1229
 
Solicitation Number
W912HY09R0028
 
Response Due
7/31/2009
 
Archive Date
9/29/2009
 
Point of Contact
Traci Robicheaux, 4097666306<br />
 
E-Mail Address
US Army Corps of Engineers, Galveston
(traci.d.robicheaux@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This notice is provided for information purposes only. SYNOPSIS - W912HY-09-R-0028 Subject: General Environmental Services for National Environmental Policy Act Compliance U.S. Army Engineer District, Galveston Texas and Louisiana The U.S. Army Corps of Engineers, Galveston District will be issuing a Request for Proposal (RFP) for National Environmental Policy Act and Related Environmental Services. This is not a Solicitation Announcement, nor a Request for Proposal, and does not obligate the Government to any contract award. NO SOLICITATION, SPECIFICATIONS OR DRAWINGS ARE AVAILABLE. The RFP is targeted for issuance on or before 31 Jul 2009. The Proposals will be due on or about 31 Aug 2009. The RFP is unrestricted and open to both large and small business participation. The NAICS for this RFP is 541620, Environmental Consulting Services, $11,500,000.00, Federal Supply Code information is Special Studies and Analysis. 65% of the work is marine related. The performance period will be the base year plus four (4) option years. The Small Business Size Standard is $7 million. A small business must perform 50% of the work with their own resources. A small business subcontracting plan will be required for large businesses. Subcontracting goals for the Galveston District are: Small Business 32%; Small Disadvantaged Business 18%; Woman-Owned Small Business 5.8%; Hub Zone Small Business 10%; Service-Disabled Veteran Owned 3%; HBCU/MI 13%. Project Information: 65% of the work is marine related. The contractor must furnish all labor, management, facilities, supplies, materials, and equipment and do all things necessary to conduct any investigation and to prepare any report as specified in this contract and in subsequent task order(s). Services anticipated to be ordered consist of: 1) Preparation of documents for compliance with the National Environmental Policy Act, including but not limited to, environmental assessments and environmental impact statements. Related required services include: a) collection of baseline environmental data and forecasting of future conditions; b) evaluation and comparison of the environmental effects of alternative plans; c) preparation of documents for compliance with specific federal requirements of the Endangered Species Act, the Marine Protection, Research, and Sanctuaries Act, the Clean Air Act, the Clean Water Act, the National Historic Preservation Act, the Magnuson-Stevens Act, the Coastal Zone Management Act, among others; d) application of conceptual and numerical ecological models to inventory and forecast conditions, and evaluate the effects of alternative plans; e) preparation and implementation of plans for the beneficial use of dredged material; f) field sampling, data collection and preparation of hazardous, toxic, and radioactive waste (HTRW) environmental site assessments; g) application of remote sensing technology and image analysis to map natural and physical resources and processes (such as vegetation types, water bottom substrate, submerged aquatic vegetation and coastal erosion); h) assessment of air and noise conditions and impacts; i) performance of historic property inventories and assessments; j) preparation of socioeconomic profiles, social impact assessments and Environmental Justice analyses; and k) performance of cost effectiveness and incremental cost analysis using IWR-PLAN; 2) Assessment of dredged material effects to terrestrial, marine, estuarine, and freshwater environments. Related required services include: a) the collection of water, sediment, elutriate, benthos, nekton and tissue samples; b) the performance and analysis of various complex laboratory analysis, including chemical, contaminant, nutrient content, grain- size, bioassay and bioaccumulation studies; and c) the performance of numerical modeling to analyze the movement and effect of dredged material in the offshore environment. 3) Support services and special studies. Services will include a) application of digital image processing and GIS to environmental analysis and reporting; b) development and execution of public involvement strategies and programs; c) preparation of conceptual plans for vegetation plantings in ecosystem restoration and mitigation projects; d) vegetation planting services; and e) special studies. Location of Work: Services will be performed in connection with civil works projects assigned to the Southwestern Division (SWD), but primarily in the Galveston District. The Galveston District covers an area averaging 100 miles in width along the Texas Coast, extending from approximately 15 miles east of the Texas-Louisiana state line south to the Rio Grande; The District encompasses 49 Texas counties, portions of four Louisiana parishes, and the adjacent waters of the Gulf of Mexico. Project locations will be identified for each task order. Field conditions will generally include terrain of varying types, steepness, and consistencies ranging from dry land to soft marshlands, including swamp. Locations will also include shallow and deep draft inland waterways and channels, rivers, lakes, bays, streams, and similar bodies of water as well as waters offshore from Texas and Louisiana, and other states as required by specific task orders. Services can also be performed in SWDs Tulsa, Little Rock, and Fort Worth Districts. After solicitation issuance, contractors may register to be placed on a plan holders list, view and/or download this solicitation and all amendments at the following internet addresses: https://acquisition.army.mil.asfi/ and http://www.fbo.gov/ Solicitation will not be available in paper format or on compact disc. It is the offerors responsibility to monitor the ASFI website daily (using the above links) for amendments to the solicitation. You must be registered in the Central Contractor Registration Database (CCR) to receive a government contract award. You may register with the CCR at http://www.ccr.gov/. The Contract Specialist for this project is Traci Robicheaux, (409)766-6306, traci.d.robicheaux@usace.army.mil. For technical information about this solicitation, please contact Janelle Stokes at (409) 766-3039 or via e-mail at Janelle.s.stokes@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA64/W912HY09R0028/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, Galveston 2000 Fort Point Road, PO Box 1229 Galveston TX<br />
Zip Code: 77553-1229<br />
 
Record
SN01863797-W 20090703/090702003518-2570cef0df8473800b594a34936d63aa (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.