Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 04, 2016 FBO #5490
SOURCES SOUGHT

S -- Environmental Consulting Services for Defense Logistics Agency Defense Supply-Environmental (DLA DS-E) at Ft. Belvoir, VA

Notice Date
12/2/2016
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
 
ZIP Code
21203
 
Solicitation Number
W912DR-17-N-0007
 
Archive Date
12/24/2016
 
Point of Contact
Tamara A. Wright, Phone: 410-962-4958
 
E-Mail Address
Tamara.A.Wright@usace.army.mil
(Tamara.A.Wright@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice, and is for informational/ market research purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. The U.S. Army Corps of Engineers, Baltimore District (hereinafter the Baltimore District), seeks to determine the interest, availability, and capability of potential sources to satisfy an upcoming requirement. The Baltimore District requests capability statements from Small Business, Certified 8(a), Certified HUB Zone, Economically Disadvantaged Women-Owned Small Businesses and Service-Disabled Veteran-Owned concerns. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. The Government will not pay for any material provided in response to this market survey nor return the data provided. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. Project: The proposed contract is to provide support to the Defense Logistics Agency Defense Supply-Environmental (DLA DS-E) at Ft. Belvoir, VA. To produce auditable financial statements, DLA DS-E must continue to implement steps to align the environmental restoration budget to the Cost-to-Complete (CTC) estimates. Audit findings show that an integrated financial management (FM) process linking the elements of Planning, Programming, Budgeting, and Execution (PPBE) leads to auditable financial statements. The DLA CTC is accomplished each year through a well-documented process that is outlined in a set of DLA Installation Support Environmental Management Restoration Division (DS-ER) Standard Operating Procedures (SOPs) and Cost Estimating Rules of Thumb for estimating. DLA Installation Support Environmental Management (DS-E) manages this effort for the Agency. The applicable NAICS code for this procurements is 541620 and the standard size is $15M. The contract Period of Performance will be five (5) years from date of award. The work anticipated will include the following: For Task 1 per requirements of the DoD FMR Vol. 4 Chapter 13 (Accounting Policy and Procedures) along with DoD FMR Volume 3 (Budget Execution - Availability and Use of Budgetary Resources) DLA Installation Support Environmental Management (DS-E) requires Contractor support to assist in program management-related functions and to provide financial expertise to the Restoration Team. This support allows DS-E to meet their responsibilities in the management and execution of DLA's environmental restoration program as well as the reporting of DLA's Environmental Liabilities (EL). For Task 2 and the Annual Cost-to-Complete (CTC) requirements, per applicable policy and guidance, which includes the DoD FMR Vol. 4 Chapter 13 (Accounting Policy and Procedures), the DoD DERP Management Guide, and DoD Instruction (DoDI) 4715.8 (Environmental Remediation for DoD Activities Overseas), DLA is responsible for preparing annual estimates of the Cost to Complete (CTC) remediation and closure for all DLA's Environmental Liability (EL) sites. As a result, DLA anticipates formulating and documenting EL requirements and preparing cost estimates for both CONUS and OCONUS ELs for sites managed by the ten DLA Installations/Activities. Corrective action costs for a total of approximately 165 sites will be estimated annually and included in DLA's CTC. In addition, closure costs for a total of approximately 3,314 Aboveground Storage Tanks (ASTs) and Underground Storage Tanks (USTs), along with 439 pipelines, located at approximately 377 Defense Fuel Supply Points (DFSPs) will also be included. Small Businesses, Certified 8(a), Certified HUB Zone, Economically Disadvantaged Women-Owned Small Businesses, and Service-Disabled Veteran-Owned Small Businesses are encouraged to respond to this notice. Responses may be in any format, but should include the following: 1. Company name, address, phone number and email address of the point of contact. 2. Indicate business size in relation to the NAICS code 541620. Provide your company's System for Award Management (SAM) Cage Code and DUNS number to verify your business status as a qualified Small Business (SB), Service Disabled Veteran Owned SB (SDVOBSB), Historically Underutilized Business Zones (HUBZone), Qualified Section 8(a), or Women-Owned Small Business (WOSB). Contractors must be registered in SAM at time of bid/proposal due date. Please see https://www.sam.gov/portal/SAM/ for additional registration information. 3. Indicate the primary nature of your business and an overview of your firm's capabilities. 4. Provide at least two (2) but no more than three (3) examples of projects similar to requirements described above that have been completed within the past three (3) years. Narratives should include a description of the services performed, project references (including owner with phone number and email address), and size of project and/or contract capacities. 5. Identify any anticipated industry partners that your firm may utilize for this requirement. In accordance with FAR 52.219-14, please confirm that the SB concern is capable of performing 50% of the anticipated contract cost. Total submittal shall be no longer than seven(7) pages in one (1).pdf file, and Email responses are required. Responses are to be sent via email to tamara.a.wright@usace.army.mil by 12:00 pm EST on 09 December 2016. Comments will be shared with the Government and the project team, but otherwise will be held in strict confidence.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-17-N-0007/listing.html)
 
Record
SN04341247-W 20161204/161202233732-b4cb98f13ff37cb09cfaeb98df3263b1 (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.