Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2009 FBO #2806
SOURCES SOUGHT

C -- IDIQ A-E Contract for Hazardous Toxic Radiological Wastes and Munitions and Explosives of Concern (HTRW and MEC) Focused Engineering, Investigation and Design Services within the South Pacific Division

Notice Date
7/31/2009
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Engineer District, Sacramento, US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-09-S-9213
 
Response Due
8/11/2009
 
Archive Date
10/10/2009
 
Point of Contact
Carol A. Dones, 916 557-7318<br />
 
E-Mail Address
US Army Engineer District, Sacramento
(carol.a.dones@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT to be used for Market Analysis only, to determine whether a minimum of 3 highly qualified A-E firms, capable of performing all of the stated types of A-E services, exists within the Small Business Community. ALL SMALL BUSINESS CONCERNS, INCLUDING 8 (a) PROGRAM PARTICIPANTS, HUBZONE, SMALL DISADVANTAGED, WOMAN-OWNED, VETERAN-OWNED OR SERVICE DISABLED VETERAN OWNED SHOULD RESPOND TO THIS ANNOUNCEMENT. NO SOLICITATION IS AVAILABLE AT THIS TIME. 1. CONTRACT REQUIREMENT: The anticipated contract, when solicited, will be procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. This procurement will be conducted under North American Industrial Classification System Code (NAICS) 541330, FSC Code: C219, SIC Code: 8711. The small business size standard for this code is $4,500,000.00. To be considered a Small Business under this NAICS Code, the respondents average revenue for the last three fiscal years cannot be more than $4,500,000.00; if the average revenue for the last three fiscal years is over $4,500,000.00, the respondent is classified as a Large Business. All respondents, in their response to this notice, MUST identify their business size relative to the NAICS code. Respondents are required to state in their response whether the firm is a Small Business Concern, 8(a) Program participant, HUBZone Small Business Concern, Small Disadvantaged Business Concern, Woman-owned Small Business Concern, Veteran-owned Small Business Concern or Service Disabled Veteran owned Small Business Concern. All questions regarding this project or size status should be directed to the Contracting Officer, Carolyn Mallory, at (916) 557-5203, fax (916) 557-7854, email Carolyn.E.Mallory@usace.army.mil. When the requirement is solicited, firms will be selected for negotiation based on demonstrated competence and qualifications for all of the required work. The anticipated type of contract is one (1) type of small business concern, Firm Fixed Price, 5 Year/ $9.9M total, (Base Year and 4 Option Years, each for $1.98M) IDIQ contracts. If the contract is set aside for Small Business, FAR 52.219-14, Limitations on Subcontracting, will be included in the contract. The clause requires that at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. The Secretary of the Armys Contractor Manpower Reporting (CMR) requirement will be incorporated into the anticipated contract. The annual CMR requirement will apply to each task order which is funded by Army dollars; supports an Army mission; which benefits or supports any Army military, civilian, or contractor personnel; or when the Army is the executive agency for the mission being supported. The A-E will be allowed to include their costs for compliance with the CMR requirement as a line item in their price proposal for each task order subject to the CMR requirement. Further information is available at https://cmra.army.mil. 2. PROJECT INFORMATION: A-E services are required to provide for Hazardous Toxic Radiological Wastes and Munitions and Explosives of Concern (HTRW and MEC)-Focused Engineering, Investigation & Design Services. The contract is intended to be in support of the South Pacific Division-wide Environmental professional services within the South Pacific Division civil and military geographic boundaries. This work will include all Architectural-Engineering (A-E) and related services necessary to complete the assigned task orders for studies and designs. A specific scope of work and services will be issued with each task order. Task orders to be issued under this contract will require significant professional engineering services and engineering recommendations; evaluations of alternatives cost engineering studies, feasibility studies, corrective measures studies, water or air resources corrective action plans, proposed plans for environmental contamination remedy selection, Engineering Evaluation of Cost Analysis (EE/CA); treatability studies; pilot scale studies; general investigation and design studies; and design activities in support of NEPA, CERCLA, RCRA, Munitions and Explosives of Concern (MEC) or other regulatory compliance; environmental studies/plans for various environmental regulations including but not limited to land management issues, asbestos, lead based paint and the munitions rule; geophysical surveys; ground water and surface water modeling. The information to be evaluated includes the results from soil, ground water, surface water, and air sampling. This information must be evaluated within the context of a conceptual site model and with consideration of applicable regulatory criteria. Risk assessment results, when applicable, must also be included in the evaluation. Potential contaminants to be evaluated include hazardous waste, petroleum products, and low level radiation. Other potential services to be provided under t his contract that may be required in support of the above services include: soil, surface water, and groundwater sampling and testing; monitoring well installation; preparation of environmental documentation including health and safety plans, quality assurance and quality control plans, project management plans, data management plans, and community relations plans; related studies for water quality, air emissions, low level radiation, hazardous waste and miscellaneous requirements; preparation of cost estimates (M-CACES), preliminary assessment/site investigations, remedial investigations and preservation surveys. Work will predominantly be within the South Pacific Divisions area of responsibility but could occur in other states as required by specific Federal Agency customers or at the direction of HQUSACE, as determined by the Contracting Officer. 3. QUALIFICATIONS: All interested Small Business firms, including 8(a) Program participant, HUBZone Small Business, small disadvantaged business, woman-owned small business, veteran-owned small business or service disabled veteran owned small business are encouraged to respond to this notice and may respond to this announcement by submitting a capability statement which addresses the following key areas: (a) Ability to execute multiple task orders simultaneously. (b) Ability to evaluate complex chemical data and to place it into context through the use of a conceptual site model. (c) Ability to evaluate the fate (origin, transport, degradation, etc.) of chemical contaminants in the environment. (d) Ability to apply critical thinking regarding the contaminant point of origin and responsible party. (e) Knowledge of innovative and cost effective technologies that would minimize long term site management commitments. (f) Ability to prepare feasibility reports/corrective action plans that meet California Water Board and DTSC (or equivalent at other states) requirements. (g) Ability to evaluate all the above and make a recommendation for remediation. (h) The contractor shall be responsible for designs and drawings using computer aided design and drafting (CADD). Work may be performed in an AutoCAD, MicroStation, or equal environment. Responding firms must show computer and Internet capability for accessing the Criteria Bulletion Board System (CBBS) http://cbbs.spk.usace.army.mil/index.html and the Design Review and Checking System (DrChecks) https://www.porjnet.org. Estimates shall be prepared using Corps of Engineers Computer Aided Cost Estimating System (M-CACES Second Generation MII) software. (Software provided by Government - Point of contact will be provided at the time the solicitation is issued.) Primary disciplines required are civil, structural, hydraulic, geotechnical, and cost engineering. Secondary disciplines which may be required include mechanical, electrical engineering, architectural, landscape architects, hydrology, geology, seismology, construction. 4. SUBMISSION REQUIREMENTS: All interested Small Business firms, including 8(a) program participant, HUBZone small business, small disadvantaged business, woman-owned small business, veteran-owned small business or service disabled veteran owned small business are encouraged to respond to this notice and may respond to this announcement by submitting statements of qualifications following the instructions below. The qualification statement is limited to 6 pages, single sided total; however, your certification of type of small business (for 8(a) and HUBZone only) is required with this submittal, but will not be counted in the total pages. If a one page transmittal or cover page is included it will not be counted in the total pages. Two (2) copies in their entirety need to be provided. The responses must be specific to each of the qualifications listed above to show that the respondent meets each qualification or has the skills and experience; if a response does not show that the respondent meets each of the qualifications and possesses the skills and experience, it will not be considered by the Government. Again this is not a request for proposals or quotation; there is no solicitation available at this time. A determination by the government to proceed with the acquisition as a set-aside for 8(a) program, HUBZone, small business, etc. or unrestricted is within the discretion of the government. All responses are due in hard copy only to the US Army Corps of Engineers, Sacramento District, and ATTENTION: Carol A. Dones, 1325 J Street, Room 878, Sacramento, CA 95814-2922, not later than 4:00 pm (local time) on response date, listed above. Point of Contact Carolyn E Mallory, 916-557-5203 Email your questions to US Army Engineer District, Sacramento at Carolyn.E.Mallory@usace.army.mil Place of Performance Address:US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA Postal Code:95814 Country:US
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-09-S-9213/listing.html)
 
Place of Performance
Address: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA<br />
Zip Code: 95814<br />
 
Record
SN01894761-W 20090802/090731235449-4b1cbe1a767389f73837f8c7ba8f85a2 (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.