MODIFICATION
C -- Small Business Sources Sought for Environmental AE IDIQ
- Notice Date
- 2/1/2007
- Notice Type
- Modification
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US Army Corps of Engineers, Savannah, P.O. Box 889, Savannah, GA 31402-0889
- ZIP Code
- 31402-0889
- Solicitation Number
- W912HN-07-R-0028
- Response Due
- 2/16/2007
- Archive Date
- 4/17/2007
- Point of Contact
- Donnie L Tew, 912.652.5816
- E-Mail Address
-
Email your questions to US Army Corps of Engineers, Savannah
(donnie.l.tew@sas02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Please read this modification carefully. The modification revises the initial sources sought notice. THIS IS A SOURCES SOUGHT ANNOUNCEMENT TO BE USED FOR MARKET ANALYSIS ONLY. NO AWARDS WILL BE MADE FROM THE RESPONSES TO THIS ANNOUNCEMENT. NO SOLICITATION IS AVAILABLE AT THIS TIME HOWEVER RESPONSES WILL BE USED TO HELP DETERMINE THE APPROPRIATE AC QUISITION STRATEGY FOR A FUTURE ACQUISITION. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW UP INFORMATION REQUESTS. The purpose of this announcement is to gain knowledg e of potential small business sources. Responses to this announcement are restricted to small business concerns. The U.S. Army Corps of Engineers Savannah District has a requirement for Environmental Architect Engineer Services and is contemplating iss uing a solicitation for award of up to three Indefinite Delivery Indefinite Quantity Firm Fixed Price Contracts for Environmental Architect Engineer services. It is anticipated that each contract would consist of a base year and two one year option periods . The maximum amount for each contract would be $4.5 million. The estimated value for each year is $1.5 million. However this is only an estimate. The actual amount per year may be greater than or less than $1.5 million but the total may not exce ed $4.5 million. Under these contracts the Contractor shall perform services as specifically instructed within individual task orders as directed in writing by the Contracting Officer. In performing the services ordered, the Contractor shall provide all labor, materials, equipment, supplies, personnel, subcontractors, supervision, facilities, and all other services required to perform the specific services ordered to ensure delivery of a complete end product or service. These services will be required fo r an undetermined number of projects of varying size and complexity. The Contractor must demonstrate the capability of successfully executing the three task orders in excess of $500,000 each concurrently or within a very short time frame. Task orders pro vided under these contracts will include, but are not limited to, any or all of the following tasks: (a) Clean Water Act, Clean Air Act, RCRA, CERCLA, SARA, TSCA,NEPA, OSHA, as well as other Federal and State environmental laws and regulations compliance; pollution prevention; environmental sustainability; permitting and technical support; natural and cultural resources support; environmental management systems and associated information technology tool development and implementation; environmental program management support; environmental training; compliance assessments; environmental baseline surveys; planning, studies and evaluations; geographic information system support; (On-site professional services may be required.); (b) Hazardous, toxic and radioac tive material/waste site investigations/assessments; remedial investigations and feasibility studies; treatability studies; pilot studies; remedial designs; remedial systems optimization studies and evaluations; remediation exit strategy development; risk assessments; sampling and analyses; data validation; electronic data management; geotechnical investigations; monitoring well installation and abandonment; IDW disposal: groundwater modeling; groundwater and surface water quality assessments; air quality m onitoring, testing and permitting; air dispersion modeling; asbestos and lead-based paint sampling and report preparation; short term operation and maintenance (O&M) of facilities, support services during construction phase, environmental document preparat ion, and preparation of as-built drawings and O&M manuals; and real estate site assessments. (c) The services required for this contract are intended primarily for customers located within the geographic boundary of the Southeastern Regional Office (SERO) of the Installation Management Agency. However, work can be awarded for projects located outside of the SERO geographical boundary in order to align with the geographic area of responsibility of a customer. While the SERO establishes the primary geographical area of responsibility for this contract, it is not limited to only Army customers. The government is requesting that interested small business concerns submit the following: 1. Company name, address, point of contact, telephone number, and e-mail address. 2. Small business classification (i.e. 8(a ), HubZone, Service Disabled Veteran, etc.) under the North American Industry Classification System (NAICS) code 541330. The small business size standard for this procurement is $4.5 million. 3. The SBA district office for your firm. 4. A positive stateme nt of intent to submit a proposal if a solicitation is issued that would allow your firm to do so. 5. Documentation demonstrating your Companys breadth, knowledge and recent (within 5 years) experience in the execution of complex environmental compliance, pollution prevention, environmental sustainability, conservation and HTRW restoration projects to include exit strategy development, designs, remedial systems optimization studies and evaluations, plans, data gathering, analysis, evaluations, studies and permitting actions. 6. Documentation demonstrating your Companys breadth, knowledge and recent (within 5 years) direct experience with environmental management systems, GIS and environmental database management in an enterprise environment; Clean Air Act , Clean Water Act, RCRA (C,D, and I) to include permitting, document updates, revisions, program management support, and regulatory coordination. 7. Documentation demonstrating your Companys breadth, knowledge and recent (within 5 years) direct experien ce with DoD services, Installation Management Agencies (IMA), Major Commands, sub-ordinate commands, ODEP, AEC, and/or other military and Federal agencies policies, guidance and regulations. 8. A statement confirming the Contractors understanding of and capability to meet the requirements of FAR 19.508(e) and 52.219-14, which requires that for Services (except construction) at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the firm. Email r esponses to this announcement are preferred and should be sent to Donnie.L.Tew@sas02.usace.army.mil. Responses may also be faxed to 912-652-6061 or mailed to: U.S. Army Corps of Engineers, Savannah District Attn: CT-P (Donnie L Tew) 100 West Oglethorpe Ave Savannah, GA 31401. The due date and time for responses to this announcement is 2:00 PM Eastern Standard Time on 16 February 2007.
- Place of Performance
- Address: US Army Corps of Engineers, Savannah P.O. Box 889, Savannah GA
- Zip Code: 31402-0889
- Country: US
- Zip Code: 31402-0889
- Record
- SN01224003-W 20070203/070201223229 (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 |