Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2004 FBO #0839
SOLICITATION NOTICE

B -- National Environmental Policy Act and Related Environmental Services

Notice Date
3/12/2004
 
Notice Type
Solicitation Notice
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
US Army Corps of Engineers, Galveston, 2000 Fort Point Road, PO Box 1229, Galveston, TX 77553-1229
 
ZIP Code
77553-1229
 
Solicitation Number
W912HY-04-R-0001
 
Response Due
5/3/2004
 
Archive Date
7/2/2004
 
Point of Contact
Traci Robicheaux, 4097666306
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Galveston
(traci.d.robicheaux@swg02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army Corps of Engineers (USACE), Galveston District will be issuing a Request for Proposal for National Environmental Policy Act and Related Environmental Services. Proposals will be due on or about 3 May 2004. The solicitation is unrestricted and open to both large and small business participation. NAICS: 541620 Environmental Consulting Services, $24 Million, FSC: Special Studies and Analysis. Indefinite Quantity (IDIQ) contracts for general environmental services and National Environmental Policy Act Compliance as needed for the U.S. Army Engineer District, Galveston, Texas and Louisiana. This work is to assist the Galveston District, Corps of Engineers (CE) in the performance of National Environmental Policy Act and Related Environmental Services within the boundaries of Galveston District, Texas and Louisiana. Other Southwest Division Districts located in Texas, Oklahoma, Arkansas, and Kansa s may also use the contract. This procurement will result in the award of two IDIQ contracts for a period of one year with options to extend for four additional one-year periods. The contractor is to furnish all personnel, facilities, plant, equipment, m aterials, supplies, and services necessary to conduct any study or investigation and to prepare and provide any report as specified in the contract. Services anticipated to be ordered include: 1) collection of baseline environmental data; 2) preparation of documents for NEPA and state coastal zone management plan (CZMP) compliance; 3) preparation of documents for compliance with the Endangered Species Act (ESA); 4) preparation and implementation of plans for the beneficial use of dredge material; 5) prepa ration of hazardous, toxic, and radioactive waste (HTRW) environmental site assessments; 6) water and sediment quality sampling and testing; 7) air and noise quality assessments; 8) benthic and nektonic sampling and analyses; 9) remote sensing and ground t ruthing to locate and assess bottom substrate and submerged aquatic vegetation (SAV); 10) habitat assessments in accordance with National Ecosystem Restoration (NER) analysis; 11) bioassays; 12) preparation of historic property inventories and assessments; 13) preparation of socioeconomic profiles and social impact assessments; 14) digital image processing and development of Geographic Information Systems (GIS) databases; 15) Cost Effectiveness (CE) and Incremental Cost Analysis (ICA); 16) Independent Techn ical Review (ITR) of NEPA documents; 17) the design and execution of public involvement strategies and programs; 18) special studies; and 19) preparation of technical reports. The contractor shall complete all work and services ordered under the contract within the time negotiated and specified in each fixed-price delivery order. Contractor proposals will be evaluated using the following criteria as follows which is listed in relative order of importance: 1) Technical Capability; 2) Past experience in th e NW Gulf of Mexico Coastal Plain and Adjacent Waters; 3) Past performance; 4) Management capability; 5) Small Business Participation; and 6) Price. The National American Classification System (NAICS) Code is 541620. The solicitation will be issued on or about 2 April 2004. The size standard for a small business is $6 million. A Small Business Contracting Plan will be required for large businesses. Subcontracting goals for the Galveston District are 57.2% - Small Business, 10% - Small Disadvantaged Bus iness, 10% - Woman-Owned Business, Hub-Zones ?????? 3%; and Disabled Veterans ?????? 3%. The specifications will be posted at the Galveston District Website ONLY. The solicitation must be downloaded. No paper copies will be issued. The Government reser ves the right to use only the Internet as notification of any changes to this solicitation. It is therefore the contractor??????s responsibility to check the following address daily for any posted changes to this solicitation. Contractors may view an d/or download this solicitation and all amendments from the Internet after solicitation issuance at the following Internet address: http://www.swg.usace.army.mil/ct. Contractors shall register on the Internet to receive a copy of this solicitation. All c ontractors are encouraged to visit the Army??????s Single Face to Industry website at: http://acquisition.army.mil to view other business opportunities. All prime contractors must be registered with the Central Contractor Registration (CCR) in order to r eceive a government contract award. To register, the CCR Internet address is: http://www.ccr.gov/.
 
Place of Performance
Address: US Army Corps of Engineers, Galveston 2000 Fort Point Road, PO Box 1229 Galveston TX
Zip Code: 77553-1229
Country: US
 
Record
SN00544065-W 20040314/040312215924 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.