SOURCES SOUGHT
99 -- Geo-Environmental Engineering Sources Sought
- Notice Date
- 7/16/2021 2:32:38 PM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W2SD ENDIST PHILADELPHIA PHILADELPHIA PA 19107-3390 USA
- ZIP Code
- 19107-3390
- Solicitation Number
- W912BU21R0035
- Response Due
- 8/2/2021 2:00:00 PM
- Archive Date
- 08/17/2021
- Point of Contact
- Anastasia Moffatt, Phone: 2156568688, Jamaal A. Edwards, Phone: 2156563241
- E-Mail Address
-
anastasia.e.moffatt@usace.army.mil, JAMAAL.A.EDWARDS@USACE.ARMY.MIL
(anastasia.e.moffatt@usace.army.mil, JAMAAL.A.EDWARDS@USACE.ARMY.MIL)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THIS NOT A REQUEST FOR PROPOSAL (RFP) NOR IS IT AN ANNOUNCEMENT OF A SOLICITATION The U.S Army Corps of Engineers (USACE), Philadelphia District (NAP) is issuing this� Sources Sought Announcement for an Architect/Engineer Indefinite Delivery/Indefinite Quantity providing�Geo-Environmental Engineering and related services Contracts. The intent of this sources sought is to determine the interest, availability and capability of Small Businesses as described in FAR 19.5.� The NAICS code for the work described below is 541330 with a size standard $16,500,000.� Award of the contract is expected in mid 2022 for a five year (5yr) ordering period.� The intent is to award one contract with a total contract capacity of $10,000,000.� Individual task order values may vary from approximately $200k to $2M. The location of the work to be performed under this contract shall be primarily in the Philadelphia District Boundaries (PA, NJ, MD, DE, NY) but will also include all other states and districts covered by the U.S. Army Corps of Engineers, North Atlantic Division�s CONUS mission areas (VA, MD, MA, RI, NH, VT, ME, CT, DC). Task orders negotiated under this contract would vary and would likely include: Preparation of Feasibility/Corrective Hazardous, Toxic, Radiological, and Waste (HTRW) Measures and Studies to include Polyfluorinated alkyl substances (PFAS) investigations Collection and testing of contaminated HTRW samples Bench- and pilot-scale studies of remediation techniques Phase I Environmental/Preliminary, and other Environmental Site Assessments Remedial Investigations/Feasibility Studies CERCLA/RCRA Facility Investigations of facilities on HTRW contaminated sites Radiological investigations and health physics support Groundwater and geophysical investigations in support of HTRW remediation & investigations Studies of water levels and groundwater flow Soil (subsurface and surface), groundwater, surface water, and air sampling, using various drilling and direct push techniques; including the requisite testing, and analysis of the samples in support of HTRW remediation & investigation Instrumentation installation and monitoring from piezometers, groundwater monitor wells, and inclinometers Preparation of conceptual site models in support of HTRW remediation & investigations Analytical data validation and review including Automated Data Review (ADR) and Environmental Data Management System (EDMSi) Surveying-air, water, and ground based in support of HTRW remediation & investigation Construction administration assistance in support of HTRW remediation & investigation Environmental database creation and management in support of HTRW remediation & investigation�� To be considered qualified; firms MUST include a completed checklist (see herein) in their capabilities package. �������� Please indicate what professionally registered personnel you would either have on staff or plan to provide through a sub-consultant, and indicate which of those personnel are currently on staff.� Also, please submit documentation of your firm�s experience and capabilities related to geo-environmental engineering, including work on HTRW contaminated sites within the last 7 years.� In order to be considered qualified; the firm must have on its own staff or provide through a sub-consultant(s), professional engineers with demonstrated geoenvironmetal expertise registered in one or more of the NAP states (PA, NJ, MD, DE, NY).� �Firms should state if they have the capability to provide all deliverables in Autodesk AutoCAD software, version 2019 or higher[D1]�, electronic digital format.� The Government will only accept this format, without conversion or reformatting. Interested firms should submit a capabilities package to include the checklist, business classification (i.e. 8(a), HUBZone, etc.), staff size, primary area(s) of contractor�s expertise, resumes of key personnel, and examples of projects illustrating the requirements stated above.� The package must identify the nature of work performed by the firm, percentage of overall work self-performed by the firm and features of work performed by team subcontractors.� The firm should also describe their in-house capabilities to accomplish the above stated work requirements.� Address how the firm will meet or exceed the requirements of Federal Acquisition Regulation (FAR) 52.219-14 �Limitations on Subcontracting�.� Also describe the plan/method to be used in selection of subcontractors for disciplines not provided by in-house resources to ensure appropriate level of experience and quality of work.� Responses are required no later than August 2, 2021 5:00 PM EST.� Responses should be addressed to Anastasia Moffatt and emailed to Anastasia.E.Moffatt@usace.army.mil and Jamaal.A.Edwards@usace.army.mil. Responses are limited to 5 pages.� Firms interested shall provide the above documentation in one 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 FOR PROPOSAL (RFP) NOR IS IT AN ANNOUNCEMENT OF A SOLICITATION OR A REQUEST TO BE PLACED ON A SOLICITATION MAILING LIST.� 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
-
SAM.gov Permalink
(https://beta.sam.gov/opp/9b34de068ca4421a8e702fe4dd6b439b/view)
- Place of Performance
- Address: Philadelphia, PA 19107, USA
- Zip Code: 19107
- Country: USA
- Zip Code: 19107
- Record
- SN06064874-F 20210718/210716230116 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |