Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 06, 2007 FBO #2201
SOLICITATION NOTICE

R -- IDIQ FOR PROFESSIONAL SERVICES AT THE G/E HOUSTONIC RIVER PROJECT

Notice Date
12/4/2007
 
Notice Type
Solicitation Notice
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
US Army Engineer District, New England, 696 Virginia Road, Concord, MA 01742-2751
 
ZIP Code
01742-2751
 
Solicitation Number
W912WJ-08-R-0006
 
Response Due
2/14/2008
 
Archive Date
4/14/2008
 
Point of Contact
Rachael Raposa, 978-318-8249
 
E-Mail Address
Email your questions to US Army Engineer District, New England
(rachael.raposa@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
With this announcement, the U.S. Army Corps of Engineers, New England District issues a pre-solicitation notice for a 5-year Professional Services IDIQ contract with a value not to exceed $25MIL for performing technical assistance and oversight of th e response actions being proposed and/or performed by General Electric (GE) and its contractors/consultants at the GE/Housatonic River Site, Pittsfield, Massachusetts. Work anticipated to be performed under this contract includes but is not limited to 1) Technical oversight of planning, design, construction, monitoring and operations/maintenance activities for the following types of response actions: a) Sediment remediation design and action (capping, dredging, excavation techniques); (b) Soil Remediation design and action; (c) PCB materials handling; (d) Environmental Restoration (river, floodplain, upland); (e) Upland capping; (f) NAPL and groundwater monitoring, controls, and treatment; and (g) Emerging and Innovative Technologies, particularly thos e pertaining to management of contaminated sediment. Technical support tasks will include the review and preparation of deliverables (work plans, reports, and drawings) for compliance with the terms of the Consent Decree and best industry practices, and p rovision of field oversight; 2) Modeling: Utilize the watershed, hydrodynamic, sediment transport, and PCB fate and bioaccumulation models (HSPF, EFDC and FCM). With an understanding of the models parameterization and linkages, the evolution of the mode l framework through the Peer Review process, the Calibration and Validation history; perform simulations, modify model code, and ensure its proper use for predicting future conditions under numerous scenarios and prepare documentation of such activities; 3 ) Human Health and Ecological Risk Assessment and Risk Communication With a familiarity with the sites Human Health and Ecological Risk Assessments, the evolution of the risk assessments through the Peer Review Process; provide technical support and deli verables in all future discussions of the contents, particularly as it pertains to the translation of the risk assessments to the Interim Media Protection Goals and the evaluation of potential remedial alternatives. Discussions may include all aspects of risk assessments to include statistical analyses and risk communication; 4) Sampling & Analysis: Conduct multi-media sampling for PCBs and other hazardous constituents, analysis, data validation and interpretation (air, water, soil, sediment, tissue); 5 ) Maintain and update as necessary an existing large data management system, GIS system and Auto Cad files: The systems contain massive amounts of information over a large geographic area and include base map layers, topographic mapping, analytical data ( concentration, x, y, and z locational data, date sampled, media, etc). The Contractor is to assume responsibility for the utilization of these systems and to perform statistical/other analytical treatments of the data. Data systems currently utilized for the project include: (a) Analytical Database - all current project analytical results and associated data are stored in a Microsoft Access Database. The existing contractor used a proprietary technical data management system and Structured Query Language (SQL). Server software is used to import the data electronically from the laboratories as well as manipulate and search the data on all the variables that are maintained in the database for any given sample. Because the prior data management system is p roprietary, it will not be turned over, but the contents of the database would. The new Contractor shall develop/have a similar database management system to effectively work with the volume of data that has been generated and stored for the project. The laboratories shall format their electronic data deliverables (EDDs) in order to be compatible with the data management system.; (b) GIS  The existing contra ctors data base system produces files called data-marts, which GIS software can access in order to map the data. It is presumed that the SQL Server software is used to produce the data-marts. In general, it has been experienced that the compatibility be tween the database software and GIS software is very broad with minimal compatibility issues. ArcView, more recently re-named ArcGIS, has been used at this project. The GIS software and the databases are used to provide a wide array of mapping capabiliti es, (e.g. develop stack-bar maps and the use and display of spatial weighting tools for cross-checking and evaluating spatial weighting calculations). The expectation is that the new Contractor will provide equivalent compatibility between the data bases a nd the GIS system; (c) Produce & maintain a secure collaborative web-based work space for the electronic files. 6) Financial Management and Cost Tracking Capabilities: The Contractor is to manage a complex financial management system (costs will be track ed at subtask levels based on formulas defined in the Consent Decree). Segregation of costs by category is essential for PRP cost recovery. 7) Management and Storage of Large Quantities of Project Files: The Contractor is to assume responsibility for man aging and maintaining the project file, including an Administrative Record. Manage and store for future retrieval the project archives to include electronic and hard copies of reports, documents and drawings (approximately 7,200 documents contained in app roximately 18-20 five-drawer lateral file cabinets); Reports, documents, etc. to be retrievable in electronic and hard copy format on short notice. 8) Field Office and Staff: Operate and maintain a field office in Pittsfield for contractor and governme nt personnel during contract duration. Assign contractor staff to include an on-site office manager and administrative assistant/ receptionist and field oversight personnel. 9) Litigation Support: Provide support for any potential litigation to include expert technical witnesses, presentation materials, logistical support, and evaluation of conflicts of interest. 10) CERCLA/RCRA/TSCA Regulations: The Contractor is to have extensive knowledge of the regulatory framework of CERCLA, RCRA and TSCA and the ability to work with multiple regulatory agencies and stakeholders including federal and state (e.g. EPA, DEP). The solicitation will be issued unrestricted. Work is anticipated to begin in May 2008. The Government intends to award a Indefinite Delivery/ Indefinite Quantity contract with one base year and four option years. Work will be performed on a task order basis. The contract ceiling amount will be $25,000,000.00. The Request for Proposal and amendments, if issued, will only be available on-line. Interested vendors can download the solicitation via the Federal Business Opportunities (FBO) website (www.fbo.gov). The solicitation will be available on the Internet on or about 7 January 2008. The due date for proposals will be stated in the solicita tion. Requests for solicitation documents by telephone, fax, or e-mail will not be honored. The Government intends to make award to the offeror that represents the best value to the Government, price and non-price factors considered. Instructions and ev aluation factors will be provided in the solicitation. There should be no potential conflict of interest; interested parties must not be currently providing Professional Services to GE at any site; are currently or have within the past 10 years provided P rofessional Services to GE related to the GE/Housatonic River Site; or are currently providing Construction or Professional Services as the prime contractor to GE on any riverine removal/remediation project.
 
Place of Performance
Address: US Army Engineer District, New England 696 Virginia Road, Concord MA
Zip Code: 01742-2751
Country: US
 
Record
SN01463097-W 20071206/071204225050 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.