Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2012 FBO #3709
SOLICITATION NOTICE

F -- USACE MEGA - Environmental Consulting Services IDIQ MATOC, in support of USACE Northwestern Division and existing customers. Section 8(a) Set-Aside.

Notice Date
1/18/2012
 
Notice Type
Presolicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F12R0010
 
Response Due
4/10/2012
 
Archive Date
6/9/2012
 
Point of Contact
Loreen K. Blume, 402-995-2092
 
E-Mail Address
USACE District, Omaha
(loreen.k.blume@usace.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
W9128F-12-R-0010 - As a part of the Multiple Environmental Government Acquisition (MEGA), the U.S. Army Corps of Engineers, Omaha District intends to issue an RFP for Environmental Consulting Services ID/IQ MATOC Regional Northwestern Division (NWD) and existing NWD Customers. Section 8(a) set-aside. On or about 14 February 2012, this office will issue a solicitation as part of the U.S. Army Corps of Engineers, Northwestern, Southwestern, and South Pacific Divisions' Multiple Environmental Government Acquisition (MEGA) plan. A firm, fixed-price and cost reimbursement Request for Proposal for a 100% Section 8(a) Set-Aside, Indefinite Delivery/Indefinite Quantity (IDIQ), Multiple Award Task Order Contract (MATOC) for Environmental Consulting Services, Regional Northwestern Division (NWD) and existing NWD Customers. Proposals will be received on or about 10 April 2012. This solicitation will facilitate award of up to three (3) contracts (potentially fewer or more), with a maximum shared capacity of $60 million. Evaluation of proposals will be performed on a "trade-off best value" basis. The work will include the following: The contracts awarded under this solicitation will be an IDIQ MATOC for Environmental Consulting Services, Regional Northwestern Division (NWD) and existing NWD Customers. NAICS Code is 541620 - Environmental Consulting Services; the small business size standard is $7 million. The contracts awarded will include firm-fixed price and cost reimbursement features for a wide range of environmental consulting services in the following areas including, but not limited to, air emissions management; air quality; cultural and historic resources management; facility response plans; fire management plans for ranges; hazardous materials management; hazardous waste management; natural resources management; pesticide management; petroleum, oil and lubricant (POL) management; solid waste management; special pollutants (e.g. polychlorinated biphenyls (PCB), asbestos, lead based paint, radon gas, etc.) management; natural resources inventories; noise management; underground storage tank management; water quality management; wetlands management; radioactive materials management; and storm water management; air emissions inventories; air permit applications; compliance monitoring and reporting; asbestos sampling; environmental electronic data management; water quality evaluations; mitigation planning; National Pollution Discharge Elimination System (NPDES) and State Pollution Discharge Elimination System (SPDES) permit applications & monitoring; spill prevention and response plans; Environmental Compliance Assessment System (ECAS) audits; Environmental Monitoring System (EMS) support; Tier I (installation), Tier II (state), and Tier III (regional) reporting; partnering support to include facilitation, public meeting support, and preparation/presentation of reports and management support; consumer confidence report (Safe Drinking Water Act); environmental compliance training; National Environmental Policy Act; environmental assessments; Environmental Baseline Surveys (EBS); preliminary assessment/site inspection; solid waste management plans; hazardous waste management plans; Subtitle C and Subtitle D (40 CFR 264/265 and 40 CFR 258) landfill operations plans; hazardous waste reporting; landfill closure plans; biological assessments; endangered species management plans (ESMP); National Historic Preservation Act studies; historic building surveys; historic building guides; data recovery plans and mitigation; coordination with the State Historic Preservation Office and Advisory Council on Historic Preservation Integrated Cultural Resources Management plans; Pollution Prevention Opportunity Assessments; Pollution Preventions Plans Life Cycle Cost Analysis; ecological risk assessments; and, environmental fate studies. This will not be an Architect-Engineer (A-E) contract. Task orders may use performance-based Performance Work Statements. Contracts will have a base period of three years and an option to extend the contract for an additional two-year period. Proposal Evaluation: Technical proposals will be evaluated on a Best Value, Trade-off, adjectival basis. Major evaluation areas of each offeror's proposal, in descending order of importance, include: Technical Requirements (Previous Experience, Resumes of Key Personnel, Organizational Structure); Performance Risk/Past Performance; and Corporate Plans, Practices, and Procedures; and Cost/Pricing which will be subjectively evaluated. Offerors: Please be advised of on-line registration requirement in Central Contractor Registration (CCR) database http://www.ccr.gov/ and directed solicitation provisions concerning electronic annual On-line Representations and Certifications (ORCA) at http://orca.bpn.gov. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective for one year from date of submission or update to ORCA. There are no drawings associated with this Request for Proposal. Copies of this solicitation are available by INTERNET ACCESS ONLY. All solicitation documents will be posted to the Army Single Face to Industry (ASFI) website (https://acquisition.army.mil) and made available for viewing in FedBizOpps (http://www.fbo.gov). The plans and specifications will be available for download on the FedBizOpps website ONLY. Compact Disks will not be sent out and a Plan Holders (Interested Parties) List is available on the FedBizOpps website. Instructions to access technical data, Instructions to access a Plan Holders List on FedBizOpps, step by step instructions and the associate software required (viewers) to view the project plans and specifications can be accessed on the Omaha District Contracting Division web page (https://www.nwo.usace.army.mil/html/ct-m/webpage.htm). All amendments will be posted in FedBizOpps. It shall be the contractor's responsibility to check the website for any amendments. The Contract Specialist point of contact for this project is Loreen K. Blume who can be reached by email: Loreen.K.Blume@usace.army.mil or phone at 402-995-2092. The technical point of contact for this project is Terri L. Thomas, who can be reached by email at: Terri.L.Thomas@usace.army.mil or phone at 402-995-2749. The Small Business Coordinator is Mr. Hubert J. Carter, Jr. who can be reached by email at: Hubert.J.Carter.Jr@usace.army.mil or by phone at 402-995-2910. Interested parties are reminded that they are responsible for checking on new information posted to FedBizOpps.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F12R0010/listing.html)
 
Place of Performance
Address: USACE District, Omaha 1616 Capital Ave, Omaha NE
Zip Code: 68102-4901
 
Record
SN02656242-W 20120120/120118234435-b8edb349e802ffa787420c18d6752538 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.