SOURCES SOUGHT
C -- SOURCES SOUGHT FOR REMEDIATION PLANNING, ENGINEERING DESIGN AND OVERSIGHT, NEPA COMPIANCE, AND OTHER ENVIORMENTAL ARCHITECT AND ENGINEERING SERVICES
- Notice Date
- 11/17/2003
- Notice Type
- Sources Sought
- Contracting Office
- 55 Broadway; Cambridge, MA 02142
- ZIP Code
- 02142
- Solicitation Number
- DTRS57-98-SS-0437
- Response Due
- 12/3/2003
- Archive Date
- 12/3/2003
- Point of Contact
- Point of Contact - Edward R. Wirtanen, Contracting Officer, (617) 494-2619
- E-Mail Address
-
Email your questions to Contracting Officer
(wirtanen@volpe.dot.gov)
- Description
- NA This Sources Sought Notice is seeking information on Section 8(a), Small Businesses and HUBZone small businesses that can provide architect and engineering services for Volpe Center environmental projects outside of New England and New York. Examples of these projects include the Air Tour Management Plan (ATMP) Program and the Libby, Montana Asbestos Project. The Federal Aviation Administration in conjunction with the National Park Service is required to develop an ATMP to regulate commercial air tour operations for each unit of the National Park System or abutting tribal land where operations occur or are proposed. An Environmental Assessment or Environmental Impact Statement will be completed for each ATMP pursuant to the requirements of the National Environmental Policy Act (NEPA). A firm must have the capability to work at twelve or more parks simultaneously, in remote locations, across a vast geographic area, and to provide a wide variety of architect and engineering skills for program management, environmental analysis, and NEPA compliance. The Libby Asbestos Project requires architect and engineering support for the development of health and safety plans, conduct of sampling, air monitoring analysis, design, community involvement activities, and construction oversight. A firm must have the capability to support simultaneous activities at multiple Libby removal sites with frequent very short turnaround times and significant multi-disciplinary on-site and off-site professional resources assigned to the project. It is requested that interested small business es submit to the contracting office a brief capabilities statement package in original and one copy (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the services listed above. This documentation must address, as a minimum, the following: (1) prior/current corporate experience performing efforts of similar size and scope within the last five years, including contract number, organization supported, indication of whether a prime or subcontractor, contract value, point of contact with current telephone number, a brief description of how the contract referenced relates to the technical services described herein. Responses should also include (1) Identification of company size status, certifications, i.e. 8(a), or HUBZone firm, or if you are a small business, you must provide a certification. (2) If you are an 8(a) or HUBZone firm considering a joint venture, you will need to provide proof that this consideration has been forwarded to the SBA office for approval. Information provided should be detailed enough so that the Government can assess the ability of the company to provide services similar to the Libby and ATMP services described above. The North American Industry Classification System (NAICS) code is 541330 with a size standard of $4,000,000. At least 50% of the cost of the contract performance incurred for personnel must be expended for employees of the prime contractor. All data received in response to this announcement marked or designated as corporate or proprietary information will be protected from rel ease outside the Government in accordance with the Freedom of Information Act and Privacy Act provisions. This is NOT a Request for Proposal (RFP), Invitation for Bid (IFB), or an announcement of a solicitation, and no solicitation package exists at this time. The sources sought announcement is requested for informational purposes only. It is a market research tool being used to determine potential and eligible small firms capable of performing the services described above. Availability of any formal solicitation will be announced separately. The Government will not pay for any materials provided in response to this synopsis and submittals will not be returned to the sender. For information about the Volpe Center refer to the Volpe Center website at http://www.volpe.dot.gov.
- Web Link
-
Volpe Center Acquisition Division home page
(http://www.volpe.dot.gov/procure/index.html)
- Record
- SN00471251-W 20031119/031117211925 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |