Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 07, 2012 FBO #4031
SOURCES SOUGHT

C -- Architect-Engineer (A-E) Indefinite Delivery/Indefinite Quantity for Environmental Services

Notice Date
12/5/2012
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Tulsa, ATTN: CESWT-CT, 1645 South 101st East Avenue, Tulsa, OK 74128-4609
 
ZIP Code
74128-4609
 
Solicitation Number
W912BV-13-S-0002
 
Response Due
1/4/2013
 
Archive Date
2/3/2013
 
Point of Contact
Brenda Anderson, 918-669-7274
 
E-Mail Address
USACE District, Tulsa
(Brenda.K.Anderson@swt03.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT for ARCHITECT-ENGINEER (A-E) ENVIRONMENTAL SERVICES This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary acquisition planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow up information requests. Respondents will not be notified of the sources sought evaluation results. The U.S. Army Corps of Engineers (USACE) - Tulsa District (SWT) is conducting market research for anticipated A-E environmental services requirements, and intends to solicit proposals for a 3-year $49.9M indefinite delivery/indefinite quantity (IDIQ) contract(s) on or about 15 March 2013. The type of set-aside decision(s) to be issued will depend upon the responses to this sources sought announcement and associated market research. A full range of A-E environmental services are anticipated; which may include but not necessarily be limited to: clean air act support, clean water act support, preparing Title V air quality permit applications, preparing minor source air quality permit applications, preparing air quality permit minor modifications, preparing air permit major modifications, conducting new source air quality reviews, air dispersion modeling, air emissions inventories, clean water act support, preparing spill prevention control & countermeasures plans, safe drinking water act support, wastewater program support, stormwater program support, preparing stormwater pollution prevention plans, preparing stormwater management plans, preservation surveys - management plans & restoration design for historic structures, archaeological support, toxic substances control act support, RCRA support, CERCLA support for NPL sites, database integration management, GIS services, energy conservation support, case studies & associated reports, conduct feasibility studies, conduct corrective measures studies, proposed plan development, decision document development, prepare remedial designs, prepare CERCLA 5-year reviews, sustainability management support, analytical electronic deliverables, engineering evaluation and cost analysis (EECA), risk assessment sampling-analysis-reporting, remedial investigation and reporting, long term monitoring and statistical reporting, remedy effectiveness evaluations, remedial process optimization, design & conduct treatability studies, groundwater flow modeling, contaminant fate and transport analysis, vapor intrusion evaluations, human health risk assessments, ecological risk assessments, engineering and design services during construction, green & sustainable remediation evaluations, environmental infrastructure studies & designs (e.g. sewers & treatment facilities), community relations support, restoration advisory board support. A full range of ancillary A-E environmental services are anticipated; which may include but not necessarily be limited to: UXO avoidance support, emergency planning & community right to know support, environmental performance assessment system support, pollution prevention management support, national environmental policy act (NEPA) support, coastal zone management act support, environmental management systems support, ISO 14001, lead based paint compliance support, asbestos compliance support, noise compliance support, solid waste management support, hazardous materials management support, hazardous waste management support, environmental compliance inspection support, tribal consultation, process environmental assessments, process environmental impact statements, geophysical mapping and data management, pilot scale studies, treatment system optimization and potable water system design. The purpose of this Sources Sought is to gain knowledge of the interest, capabilities and relevant experience of all business size standards to provide A-E environmental services for work assigned to USACE Southwest Division (SWD). The Government must ensure there is adequate interest and competition among the potential pool of responsible firms. Interested Small Business, Section 8(a), Historically Underutilized Business Zones ( HUBZone), Woman Owned Small Business, Small Disadvantaged Business, Service Disabled Veteran Owned Small Business (SDVOSB) Concern, and Large Business are highly encouraged to respond to the sources sought. The anticipated contract period of performance is for a Base of two years and an Option of one year. The total anticipated contract capacity is estimated at $49.9M. The estimated minimum task order amount is $25,000. The estimated maximum task order amount is $5,000,000. The North American Industrial Classification System (NAICS) Code for this procurement is 541330, A-E Services, which has a small business size standard of $14M. Small Business firms are reminded under FAR 52.219-14, Limitations on Subcontracting, that at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Prior Government contract work is not required for submitting a response under this Sources Sought Announcement. Award(s) will be based on selection of the most highly qualified firm (s) in accordance with the A-E Brooks Act procedures in accordance with FAR 36.6. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities, www.fbo.gov, which will invite firms to register electronically to receive a copy of the solicitation when it is issued. Note that Firms must be registered in the System of Award Management (SAM) to be eligible for award of Government contracts. Contractors responding to this Sources Sought must complete the on-line survey questionnaire provided at the URL below; as well as providing an Experience/Capabilities Statement (not to exceed 5 pages). A pdf copy of the survey questionnaire is attached to this announcement to assist respondents with completing the on-line survey questionnaire. It is strongly recommended that respondents review the pdf copy of the survey questionnaire prior to beginning it; as the questions must be answered sequentially and the survey tool does not lend itself to making changes once it's begun. Also, wait for the completed survey questionnaire to fully download before closing the survey website. SURVEY QUESTIONNAIRE LINK = https://www.surveymonkey.com/s/CESWT_FY13_A-E_ENVR_SERV_IDIQ_SVY EXPERIENCE / CAPABILITIES STATEMENT CRITERIA: 1. The Experience/Capabilities Statement is limited to 5 pages, and shall be submitted in PDF format with the following file name convention: ACME_SS W912BV-13-S-0002 EXP STATEMENT. 2. Provide Firm's name, address, point of contact, telephone number, and email address. 3. Provide Firm's Business Class Designation (Large Business, Small Business, Woman Owned Small Business, Small Disadvantaged Business, Section 8(a) Participant, HUBZone Small Business, Service Disabled Veteran Owned Small Business, or Other (as applicable); under NAICS code 541330 - A-E Services. NAICS Code 541330 has a small business class size standard of $14M. The Federal Supply Classification (FSC) code for this requirement is F999 - Other Environmental Services. 4. Provide information on the Firm's Experience/Capabilities as they pertain to A-E environmental services. 5. Provide up to three examples of A-E environmental services projects performed within the past 3 years; relevant to this Sources Sought. Include the customer agency/installation name, project title, project location, contract number, contract amount, and period of performance for each example project provided. 6. Provide the Firm's Joint Venture and/or Mentor-Protege information, existing and potential, as applicable. Questions concerning this Sources Sought should be e-mailed to the Contract Specialist, Ms. Brenda Anderson, at Brenda.K.Anderson@usace.army.mil; phone number 918-669-7274. PERSONAL VISITS FOR THE PURPOSE OF DISCUSSING THIS SOURCES SOUGHT WILL NOT BE ENTERTAINED. Email your Experience/Capabilities statement to Brenda.K.Anderson@usace.army.mil. The survey questionnaire responses will be retrieved electronically from the web-based survey tool. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. THIS SOURCES SOUGHT CLOSES ON 04 JANUARY 2013 at 1700 CST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV-13-S-0002/listing.html)
 
Place of Performance
Address: USACE District, Tulsa ATTN: CESWT-CT, 1645 South 101st East Avenue Tulsa OK
Zip Code: 74128-4609
 
Record
SN02943159-W 20121207/121205234428-23740597cc21640c732c91b6f8873391 (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.