Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 07, 2015 FBO #4851
SOURCES SOUGHT

R -- ENVIRONMENTAL CONSULTING SERVICES

Notice Date
3/5/2015
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
USACE District, New England, 696 Virginia Road, Concord, MA 01742-2751
 
ZIP Code
01742-2751
 
Solicitation Number
W912WJ-15-X-0011
 
Response Due
3/27/2015
 
Archive Date
5/4/2015
 
Point of Contact
Erin Bradley, 978-318-8195
 
E-Mail Address
USACE District, New England
(erin.e.bradley@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Source Sought Notice Environmental Consulting Services to be Provided for Various Projects Located Throughout the Northeastern United States and Adjacent Waters The U.S. Army Corps of Engineers, New England District is issuing this Sources Sought Announcement for Indefinite Delivery/Indefinite Quantity contracts for Professional Environmental Consulting Services Contracts to determine interest, availability and capability of 8(a), HUBZone, Service-Disabled Veteran-Owned, Economically Disadvantaged Women-Owned, and Small Business concerns. The NAICS code for the work described below is 541620 with a size standard $15,000,000. Work would begin in March 2016 and extend over period not to exceed five years. The intent is to award multiple contracts with a total contract value up to $30,000,000. The location of the work to be performed under this contract shall be primarily in the six New England States (ME, NH, VT, MA, CT, and RI) but will also include all other states and districts covered by the U.S. Army Corps of Engineers North Atlantic Division's mission areas (NY, PA, NJ, DE, MD, VA, WV and the District of Columbia). Task orders under this contract will provide services to support the environmental assessment, policy, resource management, and other responsibilities of the New England District and elements of NAD. The offeror will be evaluated on professional capabilities, familiarity with Federal and state environmental laws and regulations, and knowledge of ecological issues in the Northeast and adjacent coastal waters. The offeror will also be evaluated on knowledge of the requirements of the National Environmental Policy Act (NEPA), ecological risk assessment procedures, the Marine Protection Research and Sanctuaries Act (MPRSA), Clean Water Act (CWA) (particularly as they pertain to suitability testing of dredge material), Endangered Species Act (ESA), Clean Air Act (CAA), National Historic Preservation Act (NHPA), Leadership in Energy and Environmental Design (LEED) audits, U.S. Army Corps of Engineers Water Resources Planning procedures, and other applicable environmental laws and regulations. Following is a list of anticipated tasks which will serve as the primary factors for evaluation of experience and capabilities. To be considered qualified; firms MUST include a completed checklist (see herein) in the capabilities package. Task orders are expected to involve Technical Support 60% of the time, and Environmental Studies and Reports 40% of the time. Technical Support: * Have the demonstrated ability to stage significant field sampling and analysis efforts in freshwater, riverine and coastal environments. Provide laboratory and field equipment and/or technical support for field studies (including expert staff, boats, positioning equipment, sampling devices, etc.) with particular emphasis on marine sediment testing, water quality monitoring, and plume tracking associated with navigation and Superfund remediation activities. The Contractor must have the demonstrated ability to respond and perform field survey requests within the NAD footprint, primarily in the New England coastal waters. * Demonstrated ability to perform water quality, sediment chemistry, bioassay, and bioaccumulation analyses according to the most up to date protocol. A thorough knowledge of Green Book and Inland Testing Manual requirements is required. Laboratory facilities must meet EPA and Corps of Engineers certification requirements. * Produce Sampling and Analysis Plans (SAP) and Quality Assurance Project Plans (QAPP) according to Corps and Environmental Protection Agency (EPA) reporting and formatting requirements as may be required. * Demonstrated ability to perform identification of plants, fish and wildlife, and benthic infauna from the marine, terrestrial, and freshwater environments. * Demonstrated experience in performing wetland delineation surveys in the Northeast region. * Demonstrated experience in performing General Conformity Determinations under the CAA. * Demonstrated experience in performing cultural resource surveys in the Northeast region. * Demonstrated experience in performing economic and social impact studies in support of USACE water resources projects * Render expert opinions (written and oral). Demonstrated experience and in-house staff to provide reliable expert witnessing in regulatory, legal and scientific settings to defend technical analyses performed under this contract. Environmental Studies and Reports: * Prepare environmental reports and inputs including: Environmental Impact Statements (EISs) and Environmental Assessments (EAs) according to NEPA, Council on Environmental Quality (CEQ), Corps and Army NEPA regulations for Corps civil works and military construction projects; 404 (b)1 Evaluations; and Statements of Compliance. These documents may need to include impact analyses on the results of any required field studies (for example, wetland delineations or fish and wildlife surveys). Physical, chemical, and biological testing of materials pertinent to the proposed action, including bioassay and bioaccumulation testing of proposed dredged materials, may also be required. * Undertake specific field and/or laboratory studies to answer resource and impact questions. Prepare Corps approved SAPs for the conduct of environmental studies. Report on the collection of sediment samples using grabs, sediment coring devices (vibracore) and other methods as may be necessary to acquire required volumes to undergo chemical, physical, and biological analysis and present results. * Use computer models and/or geographic information systems (GIS) to describe existing environmental conditions and potential environmental impacts of proposed projects. * Demonstrated ability to perform Remedial Site Investigation/Feasibility Study (RI/FS) work, and environmental monitoring studies, such as sediment and water quality analysis, to determine the state of environmental contaminants at Superfund and other hazardous, toxic, and radioactive waste (HTRW) sites. The firm should also describe their in-house capabilities to accomplish the aforementioned tasks as well as their subcontracting plans for the portion of work not covered by in house resources. The capabilities package should also address how the firm will meet or exceed the requirements of Federal Acquisition Regulation (FAR) 52.219-14 quote mark Limitations on Subcontracting quote mark. It should be noted that laboratory analytical services described above are not included in the mandatory percentage of work to be completed by the firm's in house staff. Interested firms should submit a capabilities package to include the following: business classification (e.g. 8(a), HUBZone, etc.), staff size, primary area(s) of expertise, qualifications, resumes of key personnel, demonstrated experience in performing the work requirements stated above and a completed summary of capabilities table (attached as Excel spreadsheet). Specifically include demonstrated capabilities and experience in performing collection and analysis of both sediment and water resources data, and preparation of NEPA documents/appendices. Responses are due March 27, 2015. Responses should be addressed to the U.S. Army Corps of Engineers, New England District, 696 Virginia Road, Concord, MA 01742-2751, ATTN: Erin E. Bradley. Responses are limited to thirty pages, not including staff resumes, which should be included in a separate appendix. Firms interested shall provide the above documentation in one original form hard copy and one electronic copy (CD.pdf file). The Government will not pay for any material provided in response to this market survey nor return the data provided. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. The results of this survey will be considered to be in effect for a period of one year from the date of this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ-15-X-0011/listing.html)
 
Place of Performance
Address: USACE District, New England 696 Virginia Road, Concord MA
Zip Code: 01742-2751
 
Record
SN03659579-W 20150307/150305233810-478d31abba545aee4772b79b9a0e860a (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.