Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2018 FBO #6047
MODIFICATION

R -- Israel FGS

Notice Date
6/12/2018
 
Notice Type
Modification/Amendment
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Europe, Konrad-Adenauer Ring 39, Wiesbaden, 65187, Germany
 
ZIP Code
00000
 
Solicitation Number
W912GB18X0014
 
Archive Date
7/5/2018
 
Point of Contact
Angelica Broner, Phone: 5702383
 
E-Mail Address
angelica.broner@usace.army.mil
(angelica.broner@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Announcement for FY18 Preparation of Israel Final Governing Standards, Israel 1. Anticipated Project Title: FY18 Preparation of Israel Final Governing Standards 2. Agency: U.S. Army Corps of Engineers (USACE) Europe District (NAU) 3. NAICS: 541620 - Environment Consulting Services 4. Place of Performance: Israel 5. Project Description: U.S. Army Europe (USAREUR) has been designated as Lead Environmental Component (LEC) for Israel. Under this Performance Work Statement (PWS), the contractor shall provide all labor, materials, equipment, coordination and services to the USAREUR Environmental Program through the U.S. Army Corps of Engineers Europe District (USACE) in support of Department of Defense (DoD) environmental compliance activities for the development of host nation (HN) Final Governing Standards (FGS) for Israel. Background : FGS are a comprehensive set of country-specific environmental compliance criteria applicable to overseas enduring military installations. The FGS are DoD-specific compliance regulations that reconcile the requirements of applicable international agreements, applicable Host Nation (HN) environmental standards, and standards outlined in the DoDI 4715.05-G, the "Overseas Environmental Baseline Guidance Document" (OEBGD). The policy and procedures to establish country-specific FGS are set forth in DoD Instruction (DoDI) 4715.05 "Environmental Compliance at Installations Outside the United States" dated 1 Nov 2013. The FGS is composed of regulations associated with the following media areas: air emissions, drinking water, waste water, hazardous materials, hazardous waste, solid waste, medical waste, petroleum, oil and lubricants, pesticides, historic and cultural resources, natural resources and endangered species, Polychlorinated Biphenyls (PCBs), asbestos, lead-based paint, spill prevention, environmental noise, and underground storage tanks. The scope of this project includes conducting an environmental consolidated legislative review of Israeli environmental laws and regulations, including translations, legal interpretations and analysis; conducting legal comparisons and analysis between applicable Israeli environmental laws (e.g., enforced against the HN government, private-sector and the military) and the current version of the DoD Manual 4715.05-G Overseas Environmental Baseline Guidance Document (OEBGD) in accordance with DoDI 4715.05 and associated references and present in reports (12 Comparative Analyses and Draft FGS Chapters); an optional task to develop 5 remaining Israel Comparative Analyses and FGS Chapters; optional tasks to hold a charrette to facilitate review of the Israeli Draft FGS Chapters with other DoD components operating in the country and to finalize the FGS; and an optional task to hold an additional charrette. 6. Type of Set Aside: This acquisition will be an unrestricted action under full and open competitive conditions. Small and Small Disadvantaged Business requirements are waived for this project due to its location OCONUS. 7. Selection Process: The Government intends to utilize a trade off source selection process to evaluate contractors for award on a best value basis. 8. Contract Period: The anticipated period of performance is 875 calendar days. 9. Sources Sought: The purpose of this sources sought is to gain knowledge of interest, capabilities and qualifications of contractors who have the capabilities to complete a project of similar magnitude. The Government must ensure there is adequate competition among the potential pool of responsible contractors. Prior Government contract work is not required for submitting a response under this sources sought announcement. 10. Responses: The Capabilities Statement for this sources sought is not intended to be a Request for Proposal nor Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. It is to request statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities Statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. 11. Submissions: Offerors response to the Sources Sought shall be limited to eight (8) pages, shall be submitted in English and shall include the following information: • Offeror's Name, address(es), English speaking point of contact, phone number and e-mail address • Offeror's interest in proposing on the solicitation when it is issued • Offeror's Cage Code and DUNS number • Offeror's capability to perform a contract of this magnitude, complexity and duration (include offeror's capability to execute comparable work performed for the U.S. Army within the past five (5) years, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) provide up to 3 examples that demonstrate: o Capability to execute comparable work including construction environmental law and regulation review and comparative analysis projects, comparable work (e.g., preparing FGSs and/or experience developing policy based on environmental laws and implementing regulations, and working knowledge of the DoD and DoD specific environmental regulations and requirements); o Experience working in Israel o Capability to provide personnel who can: effectively present complex technical issues to U.S. Government personnel; provide native language (Hebrew) technical and quality control reviews; and possess the necessary technical (e.g., environmental protection, hazardous materials management, environmental law, etc.) knowledge, skills and abilities to execute the activities included under the contract. • Offeror's Joint Venture information or Teaming Arrangements o Include Cage Code or System for Award Management (SAM) information/registration, if available 12. Responses Due: All interested contractors should submit responses via e-mail by 1400 HRS Central European Summer Time on 20 June 2018. Submit responses and information to Angelica Broner at Angelica.Broner@usace.army.mil. No hard copies will be accepted. 13. Questions: Questions regarding this sources sought announcement may be directed to Contract Specialist Angelica Broner at Angelica.Broner@usace.army.mil. ****Sources Sought for Market Research Purposes Only****
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB18X0014/listing.html)
 
Record
SN04952830-W 20180614/180612230854-51cc7b9759ac9449e942b54c07750075 (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.