Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 14, 2018 FBO #5896
SOURCES SOUGHT

C -- An Indefinite Delivery Indefinite Quantity (IDIQ) Base Contract for Small Business Architect/Engineer Environmental Services.

Notice Date
1/12/2018
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
 
ZIP Code
40201-0059
 
Solicitation Number
W912QR-AE(Environmental)
 
Archive Date
2/10/2018
 
Point of Contact
Travis I. Dunn,
 
E-Mail Address
travis.i.dunn@usace.army.mil
(travis.i.dunn@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
A Market Survey is being conducted to determine if there are interested and qualified Small Business, certified HUBZone, 8(a), Women Owned Small Business, or Service Disabled Veteran Owned small business contractors for the following proposed project: Title: An Indefinite Delivery Indefinite Quantity (IDIQ) Base Contract for Small Business Architect/Engineer Environmental Services. Type of action: Base IDIQ Contract awards, for the purpose of providing A/E Environmental Services will potentially be awarded to multiple Small Businesses and Set-Asides. POSSIBLY including a combination of selections of each of the following set asides: Small Business, HUBZone, 8(a), Women Owned Small Business, or Service Disabled Veteran Owned small business. Task Orders will be issued against the base contract on an as needed basis. In the circumstance that a particular small business is classified under more than one (1) Set-Aside designation, that small business will only be awarded one (1) of the available contracts. The contract duration for each award is estimated to be three (3) year base period with an option to extend for an additional two (2) years. The estimated capacity for each of the awards is $8,000,000. Small business firms (Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses, Service Disabled Veteran Owned Small Businesses, etc.) under NAICS Code 541330 are encouraged to respond to this survey by email no later than 26 January 2018 by 2:00 PM Eastern Standard Time. Description: A/E services are required for an IDIQ contract to provide environmental support to the federal Government. Firms must be capable of performing work on a wide variety of Hazardous, Toxic, and Radiological (HTRW) sites in addition to other environmental sites in a manner that complies with federal, state, and local regulations and laws, and within timeframes required. Specific needs will be determined based upon project requirements and as described in each task order. A-E Services required under this contract include, but are not limited to: performing environmental studies, designs, and general support of environmental issues under Resource Conservation and Recovery Act (RCRA), Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), Superfund Amendments and Reauthorization Act (SARA), Toxic Substances Control Act (TSCA), Clean Water Act (CWA) and other federal programs; performing environmental studies, designs, and general support of environmental issues under State and Local environmental laws and regulations; conducting site investigations and assessments; remediation investigations/feasibility studies; remedial designs; feasibility and other engineering studies and reports; preparing Environmental Condition of Property reports; performing NEPA analysis and documentation; conducting archaeological investigations and mitigation; biological evaluations and assessments; performing wetlands determinations and mitigation studies; groundwater and other modeling; contaminant fate and transport analysis; surveying and mapping; community relations; resource and regulatory agency coordination; construction-phase services (engineering-design during construction, checking shop drawings); preparation of plans and specifications; value engineering screenings and studies; sustainability screenings and studies; evaluation of reasonably foreseeable renewable energy sources; pilot studies; performing risk assessments; hazard evaluations; field inspections; developing Data Quality Objectives (DQOs); chemical QA/QC; conducting surface/subsurface soil, sediment, and rock sampling/testing; subsurface exploration; water sampling/testing; conducting laboratory analyses (water, soil, lead paint, asbestos, etc); cost estimating and engineering; and working on a variety of hazardous waste and other environmental type projects, including radioactive and mixed waste, energy conservation, sustainable remediation, pollution prevention, waste reduction, reuse of recovered materials, underground storage tanks and fueling systems, habitat restoration and mitigation, and sites potentially contaminated with military munitions. The munitions services consist of conducting preliminary assessments, site inspections, remedial investigations, and feasibility studies. For on-site investigations, firms must provide personnel with current health and safety training, as required by the Occupational Safety and Health Administration (OSHA) and adhere to all USACE requirements for Health and Safety. Responses should include: 1. Identification and verification of the company's business size. 2. Contractor's Unique Entity Identifier (formerly DUNS Number) and CAGE Code. 3. Respondents must also provide a brief narrative that includes the following: • The firm's capability to support military and civil environmental programs for several federal agencies including but not limited to Army, Army Reserves, National Guard, Air Force, Navy, Marine Corps, Defense Logistics Agency, other Department of Defense Services and other Federal Agencies. The contractor will be required to perform services at federal/military and civil works projects throughout the world, including the Continental United States, its territories, and other locations outside the contiguous United States within the USACE's assigned mission areas. NOTE: The information provided must provide sufficient detail and demonstrate successful completion of projects similar in scope and magnitude that includes as many of the aspects of the scope of work as possible. Packages submitted in response to this sources sought notice shall be no longer than seven (7) pages. Please only include a narrative of the requested information; additional information beyond the seven (7) page limitation will not be reviewed. Email responses to Travis Dunn at Travis.I.Dunn@usace.army.mil. If you have questions please contact Travis Dunn at 502-315-7406. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. Contracting Office Address: USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230 Place of Performance: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY 40202-2230 US Point of Contact(s): Travis Dunn, 502-315-7406
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-AE(Environmental)/listing.html)
 
Record
SN04789305-W 20180114/180112231102-d8c57505ace18d468e28938a72d1f10e (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.