Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2010 FBO #2982
SOURCES SOUGHT

R -- Environmental and Health/Safety (H/S) Compliance Services Within Various Locations in the USACE South Pacific Division Boundaries

Notice Date
1/21/2010
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Sacramento, 1325 J. Street, Sacramento, California, 95814, United States
 
ZIP Code
95814
 
Solicitation Number
W91238-10-S-0021
 
Archive Date
3/3/2010
 
Point of Contact
Lelani Banks, Phone: 9165576902, Angela Hermanson, Phone: (916) 557-7945
 
E-Mail Address
lelani.u.banks@usace.army.mil, angela.hermanson@usace.army.mil
(lelani.u.banks@usace.army.mil, angela.hermanson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
ENVIRONMENTAL CONSULTING SERVICES SOURCES SOUGHT 1. This is a SOURCES SOUGHT NOTICE for Market Research ONLY to determine the availability of potential firms. No award will be made from this sources sought notice. No solicitation is available at this time. Potential offerors having the skills, capabilities, and experience necessary to perform the described project are invited to provide feedback via email to Lelani Banks, at Lelani.U.Banks@usace.army.mil. 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. The capabilities will b e evaluated solely for the purpose of determining any set-asides for the small business community. "Other than small" businesses may respond to this notice. The government must ensure there is adequate competition among the potential pool of available contractors. The NAICS Code is 541620, Environmental Consulting Services. The small business size standard is 7.0 million. 2. PROJECT INFORMATION: These indefinite-delivery, indefinite-quantity environmental consulting services contracts will provide the U.S. Army Corps of Engineers (USACE) with the capability to provide multimedia environmental and health/safety (H/S) compliance related services to the U.S. Army Corps of Engineers (USACE) for various Federal, State and local agencies. The term "Multimedia" refers to the need for services in all major Federal, State and local environmental and heath/safety regulatory areas. The following are major environmental and health/safely management programs that are present at most major installations. These lists are not all encompassing. ENVIRONMENTAL : Air Emissions Management; Cultural and Historic Resources Management; Hazardous Materials Management; Hazardous Waste Management; Natural Resources Management; Pesticide Management; Petroleum, Oil and Lubricant (POL) Management; Solid Waste Management; Special Pollutants (PCB, Asbestos, Lead Based Paint, Radon Gas, etc.); Noise Management; Underground Storage Tank Management; Water Quality Management; Radioactive Materials Management HEATH/SAFETY: Occupational H/S Management; Emergency Preparedness; Record Keeping; Fire Protection Safety; Hazard Communication; Electrical Safety; Lockout/Tagout Safety; Hearing Conservation; Ladders, Stairs, & Walking Surfaces; Shipping & Receiving Safety; First Aid; House Keeping & Sanitation; Indoor Air Quality; Office & Ergonomic Safety; Ventilation; Illumination; Hand & Power Tool Safety; Personal Protective Equipment; Compress Gas Safety; Powered Industrial Truck Safety; Fall Protection; Confined Space Entry Safety; Machine Guarding; Excavation Safety; Respiratory Protection; Medical Surveillance Program; Heat and Cold Stress Safety; Blood Borne Pathogen Safety; Laboratory Safety and Chemical Process Safety. It is anticipated that all or part of the following services will be required: On-site multimedia environmental and health/safety assessments of facilities and activities for compliance with Federal, State and local laws and regulations. These assessments and related projects may require source sampling and analyses to determine compliance status. Preparation of Federal, State, local, or agency environmental and health/safety compliance related documentation such as studies, management plans (hazardous waste, hazardous materials, underground storage tanks, etc.), spill prevention plans (signed by a registered professional engineer), pollution prevention plans and documents, air emissions inventories, and Emergency Planning Community Right to Know reports. Preparation planning documents related to the correction of compliance related deficiencies. This may require the preparation of cost estimates and other miscellaneous documents needed by the installations to program for the work. This work will also require knowledge and experience with NEPA and CEQA adherence, natural and cultural resources preservation, historic preservation, ecosystem management and air space/range analyses. Corrections of compliance related deficiencies through the demolition, construction and/or repair of real property such as renovations to facilities to create or close permitted hazardous waste storage areas, construction of containment berms, treatment or removal of contaminated soils and groundwater, and the modifications to and/or the installation of pollution control equipment. Incidental design documents such as sketches, technical specifications, and project plans may be needed as part of these efforts. The contractor shall have the capability to develop CADD drawings and prepare permit applications and associated documentation. Some related work may require the contractor to use computer models and to conduct source tests to predict the impacts of pollution sources at an installation. Contractor may provide Environmental and Heath/Safety compliance related training. This work will include the preparation and reproduction of all necessary training materials including overheads, 35mm slides, training manuals, and tests. Other miscellaneous services that may be required as part of this work including the creation and population of electronic database including the use the Geographic Information Systems and providing public and regulatory agency meeting support. It is anticipated all of the work will be located within various locations in the South Pacific Division's existing military/civil boundaries (states of California, Nevada, Utah, Arizona and New Mexico). However, to support other Federal Agencies, work may require travel throughout the remainder of the Continental United States, Alaska, Hawaii and the Far East to collect information in support of services within the South Pacific Divisional Boundaries. 3. CAPABILITY STATEMENT (no more than six pages) ( 1). Offeror's name, address, point of contact, phone number, and email address. (2). Offeror's capability to perform a contract of this magnitude and complexity, and examples of comparable work performed within the past 4 years - (a brief description of the project, the customer name/contact information, timeliness of performance, customer satisfaction, and dollar value of the project). MANAGEMENT: (a). Identify management staff. The management staff must have a minimum of five years of experience in work similar to that listed above. (b). Ability to execute/manage multiple task orders simultaneously handling multiple, complex environmental projects. (c). Identify key projects where the management and technical staff gained work experience. TECHNICAL: (a) Knowledge and past experience related to all types of work listed above (both Environmental and Health/Safety). (b) Identify experience and/or working relationships with regulatory agencies. (c) Knowledge of innovative and cost effective technologies that would minimize long term site management commitments. 4. BUSINESS SIZE (a) If an 8(a) or small business were to receive an award as prime contractor as a result of any future small business set-aside service solicitation, the small business prime will be required to comply with FAR 52.219-14 which states that "at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern". If your firm is an 8(a) or a small business, provide evidence that on past contracts of a similar nature that your firm (as the prime contractor) was able to comply wth this requirement. (b ) Identify offeror's type of business and business size (large or small business, HUBZone, SDB/8A, woman-owned (WOSB), service-disabled veteran-owned small business (SD-VOSB), veteran-owned small business (VOSB) etc). (c) Offeror's Joint Venture information, if applicable - existing and potential. The capabilities statement for this sources sought is not expected to be a response to a Request for Proposals or a response to an Invitation for Bids, nor does it restrict the Government to an ultimate acquisition approach, but it is expected to be comprised of rather short statements regarding the company's ability to demonstrate existing or developed expertise and experience in relation to the areas specified above. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. The submission of a capabilities statement is not a prerequisite to any potential future offering, but participation will assist the Corps of Engineers in tailoring the requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only. It is not 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 how to proceed with the procurement. All interested contractors should submit responses to this office in writing by email or mail by 4PM Pacific Standard Time, on Wednesday, February 16, 2010. Submit responses by mail to: Lelani Banks, Contracting Division, Room 878, US Army Corps of Engineers, Sacramento District, 1325 J Street, Sacramento, CA 95814at email lelani.u.banks@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-10-S-0021/listing.html)
 
Place of Performance
Address: 1325 J. Street, Sacramento, California, 95816, United States
Zip Code: 95816
 
Record
SN02046247-W 20100123/100121234653-d91e571f6e9423c7bd53c93702df0ece (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.