SOURCES SOUGHT
99 -- Services Contract for Environmental Services/Long-Term Monitoring at Seneca Army Depot Activity, Romulus, New York.
- Notice Date
- 11/23/2010
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
- ZIP Code
- 35807-4301
- Solicitation Number
- W912DY-11-SENECA
- Response Due
- 12/9/2010
- Archive Date
- 2/7/2011
- Point of Contact
- Charnis C. Boards-Bailey, 2568951509
- E-Mail Address
-
USACE HNC, Huntsville
(charnis.c.boards-bailey@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This notice is issued solely for informational and planning purposes and does not constitute a solicitation. The U.S. Army Engineering and Support Center, Huntsville (CEHNC), intends to negotiate on a sole source basis and increase the ceiling on the current Seneca Army Depot Activity located in Romulus, New York with contractor Parsons Infrastructure and Technology in Boston, Massachusetts. This contract is an Indefinite Delivery/Indefinite Quantity contract with Firm-Fixed Priced and Cost-Plus Fixed Fee contract in support of environmental requirements and BRAC closure activities. The proposed action is pursuant to 10 U.S.C. 2304(c), as implement by Federal Acquisition Regulation (FAR) 6.302-1 and this action is directed toward all U.S. Army Corps of Engineers, Huntsville Engineering and Support the long-term monitoring contractor. This action is to support the continuation of current efforts relating to the effective the environmental requirements, long-term monitoring and BRAC closeout activities at the installation are an on-going and in-progress effort. The contract will support the mission by providing environmental support and long-term monitoring for support of the final closeout of 72 CERCLA sites and approximately 30 EBS sites. The contractor must be intimately familiar with the previous investigations, remedial designs and remedial actions performed to date. The contractor must be intimately familiar with the database of environmental data and its manipulation to demonstrate trends and remediation success to support closeout decisions. Additionally, the contractor must be intimately familiar with NYSDEC and EPA II requirements and have a demonstrated record of successful negotiations with both. Sources are being sought for firms with a North American Industry Classification System (NAICS) Code of 541330, Engineering Services. The general requirements of the contract include, but are not limited to en vironmental documentation, permits, special studies, regulatory negotiation and long term monitoring. This action will be a modification to the existing Firm-Fixed Priced and Cost-Plus Fixed Fee contract. The ceiling increase will support the execution of work planned through February 2013. It is considered that award to a new contractor would result in a significant duplication of cost well beyond any cost savings that might be achieved through competition, and would result in unacceptable delays. This is not a solicitation announcement and this notice does not constitute any commitment by the Government. The synopsis of intent to issue a sole source task order to Parsons Infrastructure and Technology in Boston, Massachusetts, is not a request for proposals or offers. This notice is provided as information to the marketplace and is an invitation for an expression of interest and demonstration of capability to perform the anticipated work. The Government will not pay for the provision of any information nor will it compensate any respondents for the development of such information. contractors who feel they can provide the CEHNC with the above services and who possess the required contractor attributes and specific experience in the State of New York and EPA Region II, as specified above, are invited to submit, in writing, Sources Sought Questionnaire which consist of your business name and address, type., 8(a), small business, etc., and qualifications that are relevant to the proposed requirements stated above. All responsible sources may respond to this synopsis, and all such responses will be considered by the agency. All responses should be directed to Charnis C. Boards-Bailey at charnis.c.boards-bailey@usace.army.mil or Donna M. Ragucci at donna.m.ragucci@usace.army.mil and must be received within fifteen (15) days from the publication date of this synopsis/intent. No telephone or facsimile inquires responses will be accepted. The propose contract action is for services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. This notice of intend to negotiate a sole source modification to contract W912DY-08-D-0003 is not a request for competitive proposals. A determination by the Government not to compete this proposed contract modification based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a response which will be considered. This is NOT a formal notice of solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-11-SENECA/listing.html)
- Place of Performance
- Address: Seneca Army Depot Activity 5786 State Route 96 Building 123 Romulus NY
- Zip Code: 14541
- Zip Code: 14541
- Record
- SN02332492-W 20101125/101123234151-123a4cdb5cd7ff3a4f0cc19c5ad8851e (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 |