SOURCES SOUGHT
99 -- NWS Environmental Consulting Services IDIQ
- Notice Date
- 3/5/2024 3:06:01 PM
- Notice Type
- Sources Sought
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- W071 ENDIST SEATTLE SEATTLE WA 98134-2329 USA
- ZIP Code
- 98134-2329
- Solicitation Number
- W912DW-24-R-0YY3_SS
- Response Due
- 3/12/2024 3:00:00 PM
- Archive Date
- 03/27/2024
- Point of Contact
- Kyla Couch, Phone: 2067643266, Caroline Mueller
- E-Mail Address
-
kyla.m.couch@usace.army.mil, caroline.b.mueller@usace.army.mil
(kyla.m.couch@usace.army.mil, caroline.b.mueller@usace.army.mil)
- Description
- This is a Sources Sought Synopsis announcement for information purposes only, to be used for market research and preliminary planning purposes. No proposals are being requested or accepted with this synopsis. This is not a solicitation nor a Request For Proposal (RFP), and no contract shall be awarded from this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The primary intent of this Sources Sought is to determine interest, availability, and capability of 8(a), HUBZone, Veteran/Service-Disabled Veteran-Owned, Women-Owned, Small Business, and other than Small Business concerns. The North American Industry Classification (NAICS) code for the work is 541620 Environmental Consulting Services, with a size standard of $19M. Responses to this Sources Sought Synopsis will be used by the Government to make appropriate acquisition planning decisions. The U.S. Army Corps of Engineers, Seattle District (NWS) anticipates solicitating and awarding one (1) Indefinite Delivery Indefinite Quantity (IDIQ) contract for Environmental Consulting Services. Both large and small business firms are encouraged to respond to this Sources Sought synopsis. Description of the Project: The anticipated IDIQ will consist of a five (5) year period (to include a base period and option periods). The total capacity is anticipated to be $45,000,000 for the life of the contract. Work identified under this anticipated procurement will require expertise in National Environmental Policy Act (NEPA) and all other environmental laws and executive orders considered during the NEPA process. The Government also requires expertise in biology, cultural, and related environmental sciences to assist with compliance of environmental laws. The environmental studies to be performed under this contract will cover environmental resources and issues throughout the Pacific Northwest including, but not limited to, the Corps' Seattle District area of responsibility which may include work at Army, Air Force and other Dept. of Defense installations. Type of work anticipated under this contract includes site-specific cultural and natural field surveys, field sampling, monitoring and data analyses and reporting; NEPA environmental planning and impact assessment; and multimedia environmental compliance assessment and follow-up. Technical support for Corps projects will consist primarily of studies dealing with fish, plant, cultural and wildlife species and habitat surveys, sediment collection, chemical and biological testing including toxicological interpretation, associated environmental coordination and preparation of required NEPA, Clean Water Act, National Historic Preservation Act (NHPA) and other compliance documents listed in the next paragraph. Studies will provide primary support for ecosystem restoration projects, water resource development projects, hydropower operations and maintenance, and testing of potential dredged material, reference areas or sites, and possibly dredged material disposal. Work will include coordination and consultation with Corps representatives for design analyses and quality assurance plans, sediment collection, storage and transport, and chain-of-custody for chemical analysis for priority pollutants. Studies will include physical, chemical, and biological testing and evaluations in inland freshwater and terrestrial environments. Tests required may involve data collection for aquatic benthos, fish, wildlife and plant communities and habitats, performing taxonomic characterizations, chemical characterizations, and physical sediment analyses. Work will also include providing expert toxicological advice in the evaluation of test results. Work will require familiarity with all applicable regulations, including NEPA, National Historic Preservation Act (NHPA), Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA, Superfund), Endangered Species Act (ESA), Migratory Bird Treaty Act (MBTA), Bald and Golden Eagle Protection Act (BGEPA), Magnuson-Stevens Fishery Conservation and Management Act (MSA), Marine Mammal Protection Act (MMPA), Fish and Wildlife Coordination Act (FWCA), Sikes Act, Clean Water Act (CWA), Coastal Zone Management Act (CZMA), Model Toxics Control Act (MTCA), Dredged Material Management Program (DMMP), Washington, Oregon, Idaho and Montana State sediment management standards (SMS), and other pertinent Federal, state, and local laws and regulations. Specific tasks may include: 1) Developing Records of Environmental Consideration, Categorical Exclusion Records, Environmental Assessments and Impact Statements under NEPA (and related laws, Executive Orders, regulations and policy). 2) Drafting Findings of No significant Impact and Records of Decision. 3) Developing Biological and/or cultural Assessments on the impacts of Corps� actions on endangered species under ESA and impact determinations under other biological resource protection laws, regulations and policy. 4) Fish and wildlife surveys and habitat analyses and mitigation planning. 5) Drafting documents in support of CWA, CZMA, MMPA and other compliance regulations. 6) Archeological support services including impact analyses for environmental assessments, environmental impact statements, and planning documents. 7) Assistance with the Protection of Historic Properties: the Section 106 Process. 8) Organizing public involvement. SUBMISSION REQUIREMENTS FOR SOURCES SOUGHT: Responses to this Sources Sought Synopsis shall be limited to five (5) pages and shall include the following information: a. Firm's name, address, point of contact, phone number, and email address. b. CAGE Code and UEI Number. c. Firm's North American Industry Classification System (NAICS) code(s). d. Interested Firm�s business classification (i.e., small business (SB), small-disadvantaged business (SDB), woman-owned small business (WOSB), historically underutilized business zone (HUBZone), veteran owned small business (VOSB), service-disabled veteran owned small business (SDVOSB), 8(a) Program, or other than small business (Large)). e. A list of the firm's current or past specialized experience (maximum of 7 projects) similar to or the same as the description of the project (as listed above under tasks 1 through 8) performed within the last five years. Project experience at Department of Defense installations (e.g. Army or Air Force) is of high relevance for the proposed scope of work. �Include a brief description of each project scope, schedule, and dollar value. f. Of the total description of the proposed project: 1) Identify your intentions to either: (i) pursue a Joint Venture or some other form of teaming arrangement to � perform the work and/or (ii) subcontract any work. 2) Do you believe all aspects of the project could be performed by the small business sector? (Yes or No) 3) Please specify/describe which areas are best suited for subcontracting to the small business sector. 4) Given your best estimate, what percentage of the total contract value could be subcontracted out to small businesses: __ Small Business (SB) ____% __ Small Disadvantaged Business (SDB) ____% __ Woman-Owned Small Business (WOSB) ____% __� Veteran-Owned Small Business (VOSB) ____% __ Service-Disabled VOSB Business (SDVOSB) ____% __ Historically Underutilized Business Zone (HUBZone) ____% Submission of interest is not a prerequisite to any potential future offerings, but participation will assist NWS in identifying sources with required capabilities. Interested offerors shall respond to this Sources Sought no later than 1500 hours, Pacific Standard Time, on 12 JAN 2024. Email responses to Kyla Couch, Contract Specialist, at Kyla.M.Couch@usace.army.mil. Office Small Business Programs POC: enshane.nomoto@usace.army.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/546a5a447b4e4732bc5746dfc92faf78/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06986860-F 20240307/240305230057 (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 |