Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2012 FBO #3735
SOURCES SOUGHT

C -- Notice for an Indefinite Delivery Contract (IDC) for Architect and Engineering (A-E) Services for the Mobile District, U.S. Army Corps Of Engineers to Provide Environmental Support to Military, Civil, and Federal Agencies.

Notice Date
2/13/2012
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-12-L0005
 
Response Due
2/29/2012
 
Archive Date
4/29/2012
 
Point of Contact
Loretta L Tanner, 251 441-6510
 
E-Mail Address
USACE District, Mobile
(loretta.l.tanner@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Market Research and Sources Sought Notice for information on capability and availability of potential contractors interested in proposing on an Indefinite Delivery/ Indefinite Quantity (ID/IQ) for Architect and Engineering Services for the Mobile District, U.S. Army Corps of Engineers to provide environmental support to Military, Civil, and Federal Agencies. It should be anticipated that the contractor will be required to perform series at federal/military projects throughout the world, including the Continental United States (CONUS), its territories, South and Central America and other world nations (OCONUS). This is a SOURCES SOUGHT SYNOPSIS and is not a solicitation announcement. The purpose of this Market Research and Sources Sought Notice is to gain knowledge of potential qualified Small Businesses, HUBZone, 8(a), Service Disabled Veteran owned and Women Owned Small Business firms. Responses to this Sources Sought Synopsis will be used by the government in making appropriate acquisition decisions. The U.S. Army Corps of Engineers, Mobile District, anticipates a future procurement to acquire an ID/IQ for A/E services for the Mobile District to provide environmental support to Military, Civil and Federal agencies. Contractor will be required to perform services CONUS and OCONUS. A-E Services provided under this contract will include, but are not limited to all types of environmental support for the following: Department of Defense, U.S. Army, U.S. Air Force, U.S. Marine Corps, U.S. Navy, and Defense Logistics Agency projects; U.S. Army Corps of Engineers Federal military and civil works projects; Department of Homeland Security, National Institutes of Health, Centers for Disease Control, and other Federal agency projects; all compliance and conformance issues; development and management of land, natural and cultural resources programs; study of contaminated sites; other water quality or water supply studies. It will include but not be limited to preparation of any of the following: All products and studies associated with preparation of National Environmental Policy Act Documents; Integrated Natural Resource Management Plans; Integrated Cultural Resource Management Plans; Endangered Species Management Plans, and Section 7 compliance documentation and studies; Clean Water Act documentation and implementing guidance; Clean Air Act documentation and implementing guidance; Installation Master Plans/General Plans, Sustainable Infrastructure Assessments, Green House Gases; Encroachment Studies, Land Acquisition Studies, Sustainability Studies and Risk Assessments. Specific services include: scientific analyses and assessments of biological, ecological, cultural/historic/architectural, and archaeological resources at all study and survey levels, terrestrial and underwater; threatened and endangered species inventories and surveys; invasive species management/control, pest management plans, forest management plans to include prescribed burn plans; biological evaluations and assessments; Section 7 of the Endangered Species Act consultation assistance; habitat evaluations; wetlands delineations identification of current trends, cumulative effects, and projected land uses, including potential use and reuse alternatives; identification and evaluation of potential impact mitigation measures; economic evaluations; preparation of master plans for development and management of military and civil facilities, including natural and cultural resources management planning; coordination with interested Federal, state and local agencies and organizations; preparation of public involvement plans and facilitation of public meetings; regulatory compliance; Environmental Management Systems, Geographic Information Systems, Environmental Performance Assessment System, Environmental Compliance Assessment System and similar technologies and web based program management techniques. Additional services will include those activities required for the preparation of an Environmental Baseline Survey/Environmental Condition of Property studies; support to real estate activities including leases, licenses, land acquisitions, and reports of availability, preparation of Findings of Suitability to Transfer and/or Findings of Suitability to Lease, decision documents that incorporate all essential issues; the preparation of Clean-up Plans, and preparation of risk assessment documentation. The proposed contract duration will be five (5) years. Sources are being sought for firms with a North American Industry Classification System (NAICS) Code of 541330 with a Small Business Size Standard of $14,000,000 average annual receipts over three years. Responses are requested with the following information, which shall not exceed a total of eight pages. 1. Offerors' name, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification to include any designations as Small Business, HUBZone, Service Disabled Veteran Owned, 8(a) or Women Owned Small Business shall be indicated on first page of submission. 3. Bonding capability (construction bonding level per single contract and aggregate construction bonding level, both expressed in dollars; along with current available bonding capacity. 4. Description of capability to perform the proposed synopsis, manage subcontractors, prepare and comply with various environmental documents and permits, and capacity to execute this project with other ongoing contracts. 5. Past performance/experience on projects of similar scope and magnitude, describing no more than five (5) projects that are at least 80% complete within the past five years. The past performance information should include project title, location, general description to demonstrate relevance to the proposed synopsis, the Offerors' role, dollar value of contract, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). Responses should be submitted via e-mail to Kimberly Brackett, Contract Specialist at Kimberly.l.brackett@usace.army.mil. You may also mail submittals or send overnight courier to U.S. Army Corps of Engineers, Mobile District, 109 St. Joseph Street, Mobile, AL 36602-3620. ATTN: Contract Division, Mrs. Kimberly Brackett. Submittals are due no later than 15 calendar days after the date of this notice. Submittals will not be returned. Telephonic responses will not be honored. This is not a Request for Proposal, only a Request for Information. No award will result from this Sources Sought. This notice does not constitute any commitment by the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-12-L0005/listing.html)
 
Place of Performance
Address: USACE District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
Zip Code: 36628-0001
 
Record
SN02673659-W 20120215/120213234942-8f6bf47ea5178f8fd27bcf623cd9c1ad (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.