Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 24, 2012 FBO #3987
SOURCES SOUGHT

C -- Hill AFB, Upcoming A-E Environmental Services/Advisory - Draft SOW's for A-E Environmental

Notice Date
10/22/2012
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, OO-ALC/PKO, 6038 Aspen Ave. B1289NE, Hill AFB, Utah, 84056-5805, United States
 
ZIP Code
84056-5805
 
Solicitation Number
FA8201-13-R-0001
 
Point of Contact
Ashton R. Jones, Phone: 8017752216, Shelly Karcheski, Phone: 8017773581
 
E-Mail Address
ashton.jones@hill.af.mil, shelly.karcheski@hill.af.mil
(ashton.jones@hill.af.mil, shelly.karcheski@hill.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Statement of Work for A-E advisory support services Draft Statement of Work for Environmental Services. This is only a sources sought. This is not a solicitation nor does it guarantee a solicitation will be issued. Requests for solicitations will not receive any response. Any information submitted to this sources sought is strictly voluntary. The government will neither award a contract solely on the basis of this notice, nor pay for any information that may be submitted by respondents to this Sources Sought. This Notice is a request by the Government to collect information from A&E companies for the purpose of Market Research. Not providing a response to this Sources Sought will not prohibit/exclude your company from participating in any future solicitations. AFSC OL:H/PZIOC, Hill AFB, Operational Contracting is considering issuing a Notice of Intent (NOI) for Environmental Architect/Engineer (A-E) services. Hill AFB is seeking qualified small business firm(s), large business firm(s), and/or organization(s) in order to define the small business set-aside for these procurements and to identify firms that provide multi-disciplinary Environmental A&E Title I, Title II, and Other A&E services primarily in the states of Utah, Colorado, Wyoming, Montana, Idaho, and Washington. These IDIQ's also contain the possibility of providing Environmental services and advisory services nation-wide if necessary. Sources being sought, for the purposes of establishing the small-business set-aside, are restricted to small business concerns under NAICS code 541330, size standard of $14M as of 12 Mar 2012. Large business firms are allowed to submit their interest and capabilities and identify small business sub-contracting potential. A minimum of three contracts are being considered for multi-disciplinary A-E environmental services, and a minimum of two contracts are being considered for multi-disciplinary A-E environmental advisory support, on an indefinite delivery, on-call basis. If a firm is selected for one IDIQ type (Services or Advisory) then that firm and all sub-consultants cannot be involved in the other IDIQ type (Services or Advisory). A conflict of interest will be present if any firm or sub-consultant is involved in both the services and the advisory IDIQs. I.E. A firm receives the Environmental Services contract, this firm and all sub-consultants will not be allowed to receive the award for the oversight (advisory) contract. Typical Environmental Services work includes, but is not limited to: (1) Environmental Compliance; compliance with air emission, water and hazardous waste regulations, environmental education and training, sustainable development, qualified recycling program, pollution prevention, and the Environmental Compliance Assessment and Management Program (ECAMP). (2) Environmental Conservation and Program Support; support on the National Environmental Policy Act (NEPA) requirements and Environmental Impact Analysis Process (EIAP), natural infrastructure assessment and management, environmental management systems, natural and cultural resource programs, comprehensive planning programs, and Air Force geointegration. In addition, support includes environmental impact statements, baseline surveys, natural and cultural resource surveys, Native American consultations, transportation, airspace management, and noise programs. (3) Other Areas of Support and Emerging Markets; unexploded ordnance (UXO), range management, green buildings and sustainable design. (4) Restoration Services; Generally defined as soil decontamination and all related restoration services (this item is tentative and may not be incorporated into the actual Notice of Intent). Typical Advisory Support for Environmental Service work includes, but is not limited to: (1) Environmental Conservation and Planning; support on, natural infrastructure assessment and management, environmental management, natural and cultural resource programs, comprehensive planning programs, and Air Force geointegration. In addition, support includes environmental impact statements and environmental baseline surveys; forestry, wildlife, archeology surveys; Native American consultations; transportation, airspace and range management; and noise programs. (2) Major activities supported include compliance and pollution prevention programs, environmental education and training, sustainable development, environmental management systems, qualified recycling program and the Environmental Compliance Assessment and Management Program (ECAMP). (3) Support other areas of emerging markets. This work includes, but is not limited to, unexploded ordinance (UXO), range management, green buildings and sustainable design. (4) All support required for restoration services, Soil Decontamination (Item tentative and may not be included in contract). The projects vary in complexity, scale, and objectives. The scope of work for Environmental Services includes all aspects of design such as (Title I Services) including, but not limited to: preparation and/or review of contract plans, specifications, scheduling, cost estimates, building commissioning services, and preparation of operating and design manuals. These services consist of conducting field surveys and investigations to obtain design data, as well as preparing contract plans, specifications, cost estimates and estimated construction periods of performance. Title I efforts also encompass those efforts required to support and develop design work, including planning and programming, program management, project scoping, studies, investigations, evaluations, consultations, conceptual design, value engineering, topographic survey services, as well as operation, monitoring, and optimization of environmental treatment or control systems. (Title II Services) including, but not limited to: all aspects of construction QA and oversight of facility construction and projects. These services are related to specific or proposed construction projects and consist of supervision and inspection of construction. (Other A-E Services) include all aspects of supporting environmental compliance, and environmental conservation programs. These A&E services include, but are not limited to, geological and geotechnical; hydrologic; chemical analyses; environmental investigations, studies and reports; environmental compliance audits; pollution control; pollution prevention; solid and hazardous waste management; hazardous material management; above ground and underground storage tank management; environmental impact analysis, environmental baseline surveys; natural and cultural resources management and surveys; geotechnical sampling; and pesticide management. The scope of work for Advisory Support for Environmental A-E Services includes, but is not limited to; (Title I) support and review of design work, including planning and programming, program management, project scoping, evaluations, consultations, conceptual design, value engineering, as well as operation, monitoring, and optimization of environmental treatment or control systems. (Title II) assistance with oversight of construction quality assurance and technical reviews for construction and environmental projects. These services may include, but are not limited to, design review, report review and innovative technology reviews. (Other A-E Services) The contractor will assist the Air Force in the performance of a wide variety of environmental management functions, including assistance with programs to investigate the existence, extent and character of environmental contamination in all media types, provide third party reviews on remedial design and process optimization, engineering trade studies, innovative technology implementation, cost accounting and tracking budgetary requirements, strategic planning, GIS/GeoBase technology applications, compliance monitoring, public outreach, data analysis/management, assistance with developing statements of work and cost estimates for A&E Services projects, administrative support, permit applications, and reporting. The contract period of performance is for a five (5) year ordering period. The total contract capacity, minimum Task Order size, and maximum Task Order size for the resulting A-E Contract(s) will be determined after the completion of Market Research which includes an analysis of the sources sought capabilities statements received. The purpose of this sources sought is to gain knowledge of interest, capabilities and qualifications of various members of industry, specifically the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), or Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible firms to constitute a small-business set-aside. The North American Industry Classification System code for this procurement is 541330 which has a small business size standard of $14M. FIRMS RESPONDING TO THIS SOURCES SOUGHT MUST BE PERMITTED BY LAW TO PRACTICE THE PROFESSIONS OF ARCHITECTURE AND ENGINEERING SERVICES. If your company is interested and you believe you are qualified, please provide the following: 1) a) Company name. b) Cage code. c) DUNS number. d) Active SAM registration. e) Size/number of employees. 2) A statement describing the company's interest in performing the work. 3) Organization chart of the team. 4) Capabilities, Experience with Government contracts, and a Brief background. 5) Previous A-E experience. 6) Contact information, Point of contact name, Phone number, E-mail address, FAX number, and web address(if available). Companies providing above referenced material are requested to limit their submission to no more than 10 pages. Responses must be received at Hill AFB, by e-mail (not through FedBizOpps) to SSgt Ashton Jones & Ms. Shelly Karcheski at the following e-mail addresses - ashton.jones@hill.af.mil & shelly.karcheski@hill.af.mil, or by mail at 6038 Aspen Ave. Bldg 1289NE, Hill AFB, UT 84056. All responses must be received not later than 7 November 2012 at 4:00pm local time (Mountain Standard Time). Questions concerning this sources sought should be directed to SSgt Ashton Jones at (801)775-2216 or Ms. Shelly Karcheski at (801)777-3581.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/75/FA8201-13-R-0001 /listing.html)
 
Place of Performance
Address: Hill Air Force Base, Little Mountain Test Annex, Utah Test and Training Range, Utah., Davis Monthan Air Force Base, Mountainhome Air Force Base, Montana., Hill AFB, Utah, 84056, United States
Zip Code: 84056
 
Record
SN02917075-W 20121024/121022233707-311f2cf9ca617a7db4ddae0689b2b1a8 (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.