SOURCES SOUGHT
R -- Professional services to coordinate the implementation of a Large-Scale Restoration Monitoring Program.
- Notice Date
- 11/23/2004
- Notice Type
- Sources Sought
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- US Army Engineer District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
- ZIP Code
- 32232-0019
- Solicitation Number
- W912EP-05-Z-0001
- Response Due
- 12/10/2004
- Archive Date
- 2/8/2005
- Small Business Set-Aside
- N/A
- Description
- The Jacksonville District is conducting a market survey to identify qualified small businesses to coordinate the implementation of a large-scale monitoring program for the Comprehensive Everglades Restoration Plan (CERP). The CERP provides a blueprint for restoring the south Florida Everglades ecosystem, while providing for other water-r elated needs of the region, including water supply and flood protection. The CERP includes a program known as Restoration Coordination and Verification (RECOVER) that is designed to provide high quality scientific and technical support and to implement the applied science strategy, which outlines a process for organizing scientific information. RECOVER is responsible for the coordination and application of the adaptive assessment approach that will be used during the implementation of CERP to gage project performance and implement required adjustments. This adaptive assessment program includes a system-wide Monitoring and Assessment Plan (MAP) that is de signed to support the goals and objectives of CERP. The purpose of the MAP is to determine how well the CERP is meeting its goals and objectives and to identify opportunities for improving performance. The goal in implementing the MAP is to develop a sin gle, integrated, system-wide monitoring and assessment plan that will be used and supported by all participating agencies and tribal governments as the means of tracking and measuring the performance of the CERP. The MAP consists of over 100 different bio logical, hydrological, and water quality monitoring components. Due to the size and complexity of the MAP, a determination has been made to obtain contractor assistance for MAP implementation. The applicable North American Industry Classification System code is 541620 with a size standard of $6.0 million for potential small businesses. Any interested small business concerns are advised of the language in the Federal Acquisition Regulation (FAR) Clause 52.219-14 Limitations of Subcontracting paragraph (b)(1) which states that under a small business set-aside contract for services at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Therefore, the Capabilities Statement should realistically demonstra te how the small business concern would be able to comply with this clause which would be included in any potential contract. Please also note that consultants are considered subcontractors and not employees of the prime contractor. Interested small business concerns that believe they have the capability of providing services as defined above are invited to submit, in writing, a Capabilities Statement with sufficient information within a 15 page limitation. Respondents to this market survey should provide their capabilities/expertise in the following areas: (1) managi ng large-scale monitoring and assessment programs; (2) quality assurance/quality control for large-scale programs; and (3) data management and reporting across multiple entities and resource issues. Particular emphasis should be placed on any experience i n the above categories specifically involving ecosystem restoration and expertise in South Florida ecosystems. Qualifications of the submitting firm need to be differentiated from proposed subcontractors. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this Sources Sought Synopsis. The Federal Business Opportunities, www2.eps.gov, will be the primary source of information for this acquisi tion. You may also view the Sources Sought Synopsis posted at the Jacksonville District Corps of Engineers website at www.saj.usace.army.mil. Click on Contracts/Business Opps and follow the links to Electronic Bid Set (EBS). Please submit responses, questions, and/or comments to this sources sought synopsis not later than 10 December 2004, to Ms. Frances C. Jenkins, 904.232.1064, US Army Corps of Engineers, Jacksonville District, Contracting Division, 701 San Marco Boulevard, Jacksonville, Florida 32207-8175, or frances.c.Jenkins@saj02.usace.army.mil. This Sources Sought Synopsis neither constitutes a Request for Quote, nor does it restrict the Government to an ultimate acquisition approach. This Sources Sought Synopsis should not be construed as a commitment by the Government for any purpose.
- Place of Performance
- Address: US Army Engineer District, Jacksonville P.O. Box 4970, Jacksonville FL
- Zip Code: 32232-0019
- Country: US
- Zip Code: 32232-0019
- Record
- SN00712419-W 20041125/041123212118 (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 |