SOURCES SOUGHT
C -- Indefinite Delivery/Indefinite Quantity Nation-wide, to include US territories and possessions, Fixed Price and Time & Materials Environmental Services Contracts Supporting Civil Works, Military, and Support for Others (SFO) programs.
- Notice Date
- 4/23/2008
- Notice Type
- Sources Sought
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Fort Worth, US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
- ZIP Code
- 76102-0300
- Solicitation Number
- W9126G-08-R-0178
- Response Due
- 5/7/2008
- Point of Contact
- Krista Davis, 817-886-1047
- Description
- Sources Sought Synopsis Class Code: Environmental Services NAICS Code: 541620 Environmental Services Subject: Indefinite Delivery/Indefinite Quantity Nation-wide, to include US territories and possessions, Fixed Price and Time & Materials Environmental Services Contracts Supporting Civil Works, Military, and Support for Others (SFO) programs. Project Number: Set-Aside Code: N/A RESPONSE DATE (5/7/2008) Place of Performance: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street Fort Worth, TX 76102-0300 US Description: Information Needed: SOURCES SOUGHT SYNOPSIS: This is a Sources Sought Synopsis announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community (Small Business (SB) to include Section 8(a), Historically Underutilized Business Zones (HUBZone), and Service-Disabled Veteran-Owned Small Business (SDVOSB)) to compete and perform a Firm Fixed Price Indefinite Delivery/Indefinite Quantity Contract. The Government is seeking qualified, experienced sources capable of executing a wide variety of environmental projects. The scope of services includes, but is not limited to any or all of the following. Under the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) preliminary assessments/site inspections (PA/SI), remedial investigations/feasibility studies (RI/FS), remedial action (RA), long-term monitoring (LTM), etc. Similar activities may be performed under the Resource Conservation and Recovery Act (RCRA). Investigations relative to Underground Storage Tank (UST) compliance may be required. Preparation of documents for submission to Federal, state and local agencies; engineering evaluations and cost analyses; general investigation activities in support other regulatory compliance; support via environmental studies/plans regarding various environmental compliance regulations including but not limited to asbestos, lead base paint, and the Munitions Rule; support via environmental studies or documentation of lease or transfer of government real property, records searches, oversight of field operations; construction management support, human and ecological risk assessments and other environmental studies and reports; community relations; planning; research; surveying and mapping; Geophysical Information System (GIS) modeling; inspections; shop drawing review; and other construction documents for a variety of hazardous waste and environmental projects. Materials and sites to be investigated may contain asbestos, lead based paint, Chlorofluorocarbons (CFC), radiological wastes, UST's, Ordinance and Explosives (OE), or any other related HTRW/environmental material on potentially contaminated sites. Some work may require attending public meetings, and coordinating with Federal, state, and local regulatory agencies. These services will be primarily in the Southwestern Division in support of the Civil Works, Military, and Support for Others programs. Support for Others program includes but is not limited to National Guard Bureau, Environmental Protection Agency, Department of Homeland Security, and National Oceanic Atmospheric and Administration. No automated management information systems will be required under the contract. Capacity and capability to perform work on a wide variety of sites located within the United States, its territories and possessions in a manner that complies with Federal, State and Local regulations and laws, and within the required time frame. It is anticipated that multiple projects may be awarded simultaneously to the selected firm(s). Firms shall demonstrate adequate team capacity to coordinate, and manage multiple task orders concurrently to meet required milestones. The Government anticipates the majority of the task orders to range from $75,000.00 to $1,000,000. However, there may be some task orders for less and some for more. This is an indefinite quantity indefinite delivery contract for a base period of twelve months with four (4) option periods of twelve months each. The estimated amount is a not-to-exceed amount of $29,000,000 for the base plus all option periods, with $6M per year for years 1-4 and $5M the fifth and final year. The Government is requesting that members of the Small Business Community interested furnish the following information: (1) Company name, address, point of contact, telephone number, and email address. (2) Type of Small Business Community member (Small Business (SB), Section 8(a), Historically Underutilized Business Zones (HUBZone), Service Disabled Veteran Owned (SDV(SB), )under the North American Industry Classification System (NAICS) code 541620 which contains a size standard of $6,500,000.00. (3) Provide a general statement of your capabilities. (4) Demonstrate specialized experience and technical competence in the preparation of hazardous waste investigations under RCRA or CERCLA and provide a minimum of three examples within the past two years. (5) Demonstrate specialized experience and technical competence in the performance of hazardous waste removals regulated by RCRA or CERCLA and provide a minimum of three examples within the past two years (6) Demonstrate specialized experience and technical competence in the investigation, identification and removal of military munitions from Formerly Used Defense Sites and active military ranges and provide a minimum of three examples within the past two years Include name, address, telephone number, email address of references, contract number, total contract value, and period of performance. Contracts must be same or similar to the work described in this announcement. (7) Describe ability to perform work in various geographic locations and how that pertains to ability to perform nation-wide. Small Business firms are reminded of the requirement to self-perform 50% or greater of the work. Existing and potential Joint-Ventures, Mentor Protg, and teaming arrangements are acceptable and encouraged. Faxed responses to this request are preferred and should be sent to: Fax Number (817) 886-6403 ATTN: Krista Lee Davis. Any email responses to this request for information should be sent to ATTN: Krista Lee Davis, Krista.L.Davis@usace.army.mil. ALL QUESTIONS MUST BE SUBMITTED VIA EMAIL OR FAX to June Wohlbach; June.Wohlbach@usace.army.mil. The due date and time for responses to this announcement is 4:00 pm local time for Fort Worth, TX, on 7 May 2008. Point of Contact is June Wohlbach at (817) 886-1069.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=773d2109d15e3ba2da63dca7dce11bb0&tab=core&_cview=1)
- Place of Performance
- Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
- Zip Code: 76102-0300
- Zip Code: 76102-0300
- Record
- SN01559789-W 20080425/080423220333-773d2109d15e3ba2da63dca7dce11bb0 (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 |