Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2012 FBO #3730
SOURCES SOUGHT

C -- Environmental Engineering Services

Notice Date
2/8/2012
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Shore Maintenance Command (SMC), 915 Second Avenue, Room 2664, Seattle, Washington, 98174-1011, United States
 
ZIP Code
98174-1011
 
Solicitation Number
HSCG50-12-R-P43K12
 
Point of Contact
Kristina M. Meabon, Phone: (206) 220-7411
 
E-Mail Address
kristina.m.meabon@uscg.mil
(kristina.m.meabon@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT: THIS IS ONLY A SURVEY OF THE MARKET TO DETERMINE IF THERE ARE POTENTIAL CONTRACTORS THAT CAN SATISFY THE FOLLOWING REQUIREMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone concerns, Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB), 8(a) small business concerns, or Small Business Concerns. The Government will award a single Indefinite Delivery, Indefinite Quantity (IDIQ) contract for a five-year period beginning on or about 1 July 2012. Award of Task Orders under this IDIQ contract will vary from a minimum of $1,000.00 to a maximum of $750,000.00 per task. Maximum Contract total is $7.5 million over the five year life of the contract. The applicable North American Industry Class System (NAICS) 2007 code is 541330. The small business size standard is a three-year average annual gross receipt of $4.5 million. No solicitation is being issued at this time and specifications are not available. For reference purposes, the solicitation, when issued will be numbered HSCG50-12-R-P43K12. The solicitation in its entirety and any subsequent amendments will be available at no charge online at http://www.fbo.gov under the above mentioned Solicitation number. This project is to provide environmental support services to the U.S. Coast Guard on the West Coast (Washington, Oregon, and California), Alaska, Hawaii, and Pacific Islands, in the broad areas of environmental restoration, engineering design, compliance, planning, and sustainability. The proposed scope of work includes but is not limited to: (a) support to operating and newly implemented remedial actions, (b) environmental data management, including web-based regulatory reporting, (c) CERCLA/RCRA and state-program assessments, investigations and corrective measure workplans (e.g. RCRA Facility Investigations/Corrective Measure Studies/Corrective Measure Implementation (RFI/CMS/CMI) Reports - includes drafts and revisions), (d) environmental multi-media investigation and modeling, (e) data collection, validation, interpretation, and reporting, (f) design and execution of treatability studies, (g) design and execution of pilot and bench studies, (h) biological assessments and evaluations, (i) permitting and regulatory support, (j) development of environmental training curricula and guidance documents, (k) developing and updating facility environmental plans, (l) development of construction support documents and environmental engineering and sustainability design, (m) preparation of evaluations and assessments pursuant to the National Environmental Policy Act, (n) completion of environmental compliance audits, and (o) specifications and support of sustainable building practices and energy conservation. At the present time, this acquisition is expected to be issued as a Small Business Set-aside. If your firm is HUBZone certified in accordance with FAR 19.1303, 8(a) small business certified in accordance with FAR 19.802 or SDVOSB certified in accordance with FAR 19.1403 and intends to submit an offer on this acquisition, please respond via email to Kristina.M.Meabon@uscg.mil with "Sources Sought for Solicitation Number HSCG50-12-R-P43K12" in the subject. Please reference the above solicitation number in all correspondence pertaining to this project. Your response should include the following: (a) a positive statement of your intent to submit a proposal for this solicitation as a prime contractor, (b) a copy of the letter from SBA stating date of HUBZone small business certification or acceptance to the 8(a) small business program. In the case of Service Disabled Veteran Owned Small Business Concern, you must provide proof of eligibility (DD form 214 or a letter of adjudication from the Veterans Administration). This information must be provided in order to determine eligibility - DO NOT SEND COPIES OF YOUR CCR PROFILE. (c) evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers/email addresses. Responses are limited to no more than five (5) pages. Your response is required by 3:00pm PST on February 22, 2012. All of the above must be submitted in sufficient detail for a decision to be made on a HUBZone, 8(a) or SDVOSB set-aside. A decision on whether this will be pursued as a HUBZone, 8(a), SDVOSB set-aside, or a Small Business set-aside, will be posted on the website at http://www.fbo.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGFDCCP/HSCG50-12-R-P43K12/listing.html)
 
Place of Performance
Address: Various, United States
 
Record
SN02669997-W 20120210/120208234419-f77b2806bf818d2861fab0e3db12fd9d (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.