Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2010 FBO #3059
SOLICITATION NOTICE

99 -- Environmental Consulting Services

Notice Date
4/8/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Savannah, Attn: CESAS-CT, PO Box 889, Savannah, Georgia, 31402-0889, United States
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-R-0025
 
Archive Date
5/25/2010
 
Point of Contact
Daisy L Johnson, Phone: 912/652-5901, Adrian Goolsby, Phone: 912.652.5289
 
E-Mail Address
daisy.l.johnson@usace.army.mil, adrian.e.goolsby@us.army.mil
(daisy.l.johnson@usace.army.mil, adrian.e.goolsby@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This pre-solicitation notice is for technical assistance to the US Army Environmental Command (USAEC) in the application of environmental cleanup support, data management and Geographic Information Systems (GIS) capabilities for a broad range of activities. This work will be funded by the ER.A program. The Contractor may be required to perform tasks on-site at a Government facility or at their own facilities. The geographic scope of this contract is anywhere within the United States. T he contract will be a Fixed Priced IDIQ contract. The anticipated cost range for this contract is $5,000,000 to $10,000,000 over a period of up to three years. The solicitation is a Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 541620, and size standard is $7,000,000.00. To be considered for this solicitation respondents must demonstrate successful experience and capabilities with the following: •(1) Utilizing a proficient working knowledge and experience of the Environmental Restoration Information System (ERIS) and assessing existing electronic datasets and organizing, auditing, and uploading this data into ERIS. •(2) Providing technical analysis on contaminant fate and transport to include generating 2-D and 3-D data visualization for Conceptual Site Model (CSM) using advanced visualization software packages. •(3) Conducting technical analyses on contaminant transport using fate and transport models, providing technical capabilities to conduct long term monitoring using advanced data collection tools, such as wireless modem based sensors and provide communication capabilities to present live data analyses and presentation through the internet. •(4) U tilizing a proficient working knowledge and specialized technical experience to assist Performance Based Acquisition (PBA) activities with (a) preparation of relevant technical documents and data, (b) development, preparation and delivery of training content and materials for installation and USAEC personnel related to PBA implementation, (c) administrative and program support for the overall PBA initiative, and (d) data and analysis support for the overall PBA initiative • (5) D igitizing, indexing and compiling final cleanup related documents for Army installations and uploading them into the Army Permanent Document Repository (PCDR). •(6) Providing technical assistance in the application of environmental data management and Geographic Information Systems (GIS) capabilities adhering to all applicable federal, DOD, and Army geospatial data standards for tasks and deliverables in this PWS. Spatial data must be compliant with the Spatial Data Standards for Facilities, Infrastructure, and Environment v2.6. •(7) Providing comprehensive technical and administrative support for overall ER,A and BRAC cleanup programs. This solicitation will be issued in electronic format only and will be available on or about 24 March 2010. The bid opening date will be specified in the solicitation when it is issued. No additional media (CD-ROM, floppy disks, faxes, etc.) will be provided. Offerors must register in the Central Contractor Registration (CCR) at www.ccc.gov in order to be eligible to receive an award from any Government solicitation. Call 1-888-227-2423 for more information. Offerors must be registered in the Online Representations and Certifications Application (ORCA) in order to be eligible to receive an award from any Government solicitation. After completing CCR, in order to download documents contractors and their subcontractors must register at www.fbo.gov. For more information, visit the ORCA website at http://orca.bpn.gov. Contractors with existing FedTeds logins should be able to use their existing logins. In order to locate solicitation contractors can go to FedBizOpps and search for the solicitation number at www.fedbizopps.gov. Contractors can register to be put on plan holders list that others can access through the FedBizOpps site. It is the Bidders responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN-R-0025/listing.html)
 
Place of Performance
Address: 100 West Oglethorpe Avenue, Savannah, Georgia, 31401, United States
Zip Code: 31401
 
Record
SN02116766-W 20100410/100408235334-12e11c9909aa6c3ac742569ec3e5528e (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.