Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2009 FBO #2777
SOURCES SOUGHT

R -- Environmental Managment (EMS) Support, US Army Dugway Proving Grounds, Utah

Notice Date
7/2/2009
 
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
W91238-09-S-401
 
Archive Date
7/23/2009
 
Point of Contact
Diane M Ferguson,
 
E-Mail Address
diane.m.ferguson@usace.army.mil
(diane.m.ferguson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
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 IS 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. 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 This 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 The following requests are designed to apprise the US Army Corps of Engineers, Sacramento District, of any HubZone contractor's project execution capability. Please provide your response to the following. The submission is limited to 4 pages. 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 HUBZONE certified status, the number of years in business, and your DUNS number. 5) Offeror's Joint Venture information if applicable - existing and potential The Capabilities Statement for this sources sought is not a Request for Proposal, nor does it restrict the Government to an ultimate acquisition approach. The Government is seeking short statements regarding the company's ability to demonstrate existing-or-developed expertise, past performance, and experience in relation the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities Statement as long as the Offeror's submission stays within the 4-page limit. 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 Sources Sought is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for any information or materials provided in response to this Sources Sought Notice and submittals will not be returned to the sender. If a solicitation is later released it will be synopsized in FedBizOps only, the FedBizOps link is: www.fbo.gov. Contractors are encouraged to register on FedBizOps with the NAICS code related to this posting and for other business opportunities. Once your company is registered, FedBizOps, will automatically send you e-mails related to the NAICS codes you registered your company. Respondents will not be notified of the results of the evaluation. All interested contractors should notify this office in writing by email or mail by 5:00 PM Pacific Time, 8 July 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 and Monica.Eichler@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-09-S-401/listing.html)
 
Place of Performance
Address: Utah, United States
 
Record
SN01864524-W 20090704/090703000800-69c9fc31ca9632f482c8fbb0334878ff (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.