Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2016 FBO #5353
SOURCES SOUGHT

B -- Biology Testing of Dredged Material

Notice Date
7/18/2016
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, New York, Attn: CENAN-CT, 26 Federal Plaza, New York, New York, 10278-0090, United States
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-16-S-0025
 
Point of Contact
Rippert P. Roberts, , ,
 
E-Mail Address
Rippert.P.Roberts@usace.army.mil, NYDCONTRACTING@usace.army.mil
(Rippert.P.Roberts@usace.army.mil, NYDCONTRACTING@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, New York District is issuing this Sources Sought Notice to determine if there are interested and qualified firms to perform work on an IDIQ (Indefinite Delivery Indefinite Quantity) contract for its Operations Division. Responses to this sources sought will be used by the Government to make an appropriate procurement decision. The IDIQ contract would consist of the sampling and testing of dredged material following procedures described in the US Army Corps of Engineers New York District/EPA Region 2 Guidance for Performing Tests on Dredged Material Proposed for Ocean Disposal (April 2016) and the 1991 EPA/USACE, Evaluation of Dredged Material Proposed for Ocean Disposal (Testing Manual, aka Green Book) and the subsequent updates to these two documents. Work orders would include all or some of the following: sediment and water collection (on contractor supplied ship); sample handling, processing and shipping; physical and biological analyses (e.g. toxicity and bioaccumulation testing, and physical analyses); QA/QC procedures, and necessary corrective actions. Reports containing the sampling logs, all testing results and QA/QC information in a format required by the New York District Corps of Engineers (NYD) would have to be provided by the contractor for each work order. All sampling would be performed within the Port of New York & New Jersey, the length of the Hudson River, in the Atlantic Ocean at the Historical Area Remediation Site (HARS) and its Reference Site, and in Long Island Sound at the Western and/or Central Disposal Sites. There is the possibility of two (2) separate IDIQ contracts resulting from this sources sought. One IDIQ contract could have a total estimated capacity of up to $5,300,000 over five years. Estimated task orders range from $10,000 to $250,000. The second IDIQ contract could have a total estimated capacity of up to $4,700,000 over five years. Estimated task orders in this contract may range from $10,000 to $250,000.The North American Industry Classification System (NAICS) code is 541380. The business size standard is $15,000,000. All interested businesses should notify this office in writing by mail or fax by 1 August 2016, 2:00 PM (EST). Responses should be no more than two (2) pages and include: (1) Identification of the firm as a Large or Small Business; (2) If the firm is a Small Business they should also identify if they are a SBA certified 8(a), HUB Zone or Service-Disabled Veteran Owned Small Business; (3) The firm's Duns Number and CAGE Code; and (4) State in writing if the contractor has a current Demonstration of Capability (DOC) and a Work/QA Plan approved by NYD and EPA Region 2. Send responses to the US Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, ATTN: Rippert Roberts, New York, NY, 10278-0090 or by fax to (212) 264-3013. This is NOT a commitment on the part of the Government to award a contract as a result of this notice or to pay for any information received. This synopsis neither constitutes a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. This Sources Sought Synopsis should not be construed as a commitment by the Government for any purpose. The Government does not intend to rank submittals or provide any reply to interested firms. Submittals will be used for market survey information only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-16-S-0025/listing.html)
 
Place of Performance
Address: 26 Federal Plaza, New York, New York, United States
 
Record
SN04185833-W 20160720/160718234305-f78fdbff5598a2da2c07d042c00d507a (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.