Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 19, 2013 FBO #4074
SOURCES SOUGHT

B -- Terrestrial and Freshwater Civil Works Activities in the Philadelphia District

Notice Date
1/17/2013
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-13-Z-BIOENVSVC
 
Response Due
1/25/2013
 
Archive Date
3/18/2013
 
Point of Contact
Linda Dobbs, 215-656-6923
 
E-Mail Address
USACE District, Philadelphia
(linda.m.dobbs@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The US Army Corps of Engineers Philadelphia District is seeking information from potential sources to support a possible award of a Single Award Task Order Contract (SATOC) for biological and environmental services at various Civil Works activities in the District. These services include intermittent biological, environmental and chemical investigations at various locations on federally owned projects. The work pertains to the full spectrum of terrestrial and freshwater functions assigned to the Environmental Resources Branch including Project-oriented engineering and science, and environmental analysis supporting major District elements involved in advanced and continuing planning, operations and maintenance, regulatory functions, and resource and floodplain management. Services required may include documentary research, field investigations, documentation, laboratory and data analysis, chemical sampling, assessment of project impacts, development of mitigation plans, agency coordination, cultural investigations, wetland investigations and all phases of report production. Services may be required anywhere within the geographical area of responsibility of the Philadelphia District Corps of Engineers. The Philadelphia District's five-state area encompasses nearly 13,000 square miles of the Delaware River Basin, including most of Delaware, eastern Pennsylvania, western and southern New Jersey, a portion of northeastern Maryland at the Chesapeake and Delaware Canal, and several counties in the western Catskills area of New York at the headwaters of the Delaware River. In some cases, the contractor may also be asked to perform tasks outlined in the Scope of Work for other Corps Districts within the North Atlantic Division. These Districts include New York, New England, Norfolk and Baltimore. Services and investigations covered under this contract may be conducted on various types of sites including, but not limited to, stream and river floodplains, dredged material disposal areas, beach areas, dams/reservoirs, and wetlands within the Philadelphia District. Some of the labor categories that may be required are: Archaeologist, Biologist/Ecologist, Botanist, Environmental Scientist, Field Technician, Fisheries Specialist, GIS/CAD Specialist, Landscape Architect, Laboratory Technicians, Limnologist/Freshwater Biologist, Wetland Scientist, Water Resources Scientist and other technical and clerical labor categories. The period of performance shall be for a base year plus 4 option years. Total contract value ceiling will be in the estimated amount of $5 million. The purpose of this Sources Sought is to conduct Market Research and encourage responses from all qualified small business sources capable of providing this support for this effort. This announcement is for market research and does not constitute a Request for Proposal (RFP). DISCLAIMER: This Sources Sought is issued solely for information and planning purposes and does not constitute a Request for Proposal or a promise to issue a Request for Proposal in the future. This Sources Sought is for information, planning, and market research analysis only; therefore, it is not to be construed as a commitment by the Government to procure at this time. This Sources Sought is not a formal solicitation nor is it a request for proposals (RFP). Any formal solicitation will be announced separately. This request does not commit the Government to contract for any supply or service. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this Sources Sought. All information received in response to this Sources Sought that is marked Proprietary will be handled accordingly. Responses to the Sources Sought will not be returned. In accordance with (IAW) FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this Sources Sought. Response to this RFI from industry is strictly voluntary. RESPONSE FORMAT The Government requests that your firm select and describe current, successful contract actions or have actions completed within two years that accurately represent the technical, operational, and management capabilities applicable to this effort. Responses to the subject areas below by letter designation are requested to assist in assessing the depth and range of businesses with the interest, requisite skills and past performance to meet the requirements. A. Contractor Identification Data, to include: 1. Contractor data (Name, Address, Zip Code) 2. Cage Code 3. DUNS 4. Contract number(s) 5. Dates of contract performance 6. Socioeconomic designation B. Provide a short Executive Summary of your company's prime area of business (No more than one page at 12 pitch for each contract the aforementioned work is performed). Start each description with the contract number and the government Contracting Officer's name, e-mail address and phone number. C. Provide the name, position, address and phone number of your firm's central point of contact for the submitted information in the event clarification of your firm's capabilities is warranted. D. Small Business should include a statement assuring the capacity of the firm to accomplish multiple task orders within time and cost limitations for these requirements. E. Each submission should not exceed 5 pages total. POINT OF CONTACT Please submit responses, via unclassified email, to the following: USACE, Philadelphia District 100 Penn Square East Philadelphia, PA 19107 Attn: Linda M. Dobbs linda.m.dobbs@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-13-Z-BIOENVSVC/listing.html)
 
Place of Performance
Address: USACE District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
 
Record
SN02968260-W 20130119/130117235109-449d81b6d297f32392ebd2ccfacf5bab (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.