Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2007 FBO #2042
SOLICITATION NOTICE

C -- PLANNING SERVICES: FOR ONE INDEFINITE DELIVERY TYPE CONTRACT FOR ENVIRONMENTAL SERVICES FOR THE PROGRAMS AND PROJECT MANAGEMENT DIVISION OF THE KANSAS CITY DISTRICT.

Notice Date
6/28/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-07-R-0044
 
Response Due
8/1/2007
 
Archive Date
9/30/2007
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: Environmental Services, procured in accordance FAR Part 37, are required to support the Missouri River Ecosystems Restoration Plan (MRERP). MRERP is intended to develop a long - term and comprehensive set of goals, objecti ves, opportunities, and strategies for the entire Missouri River mainstem ecosystem. It aims to consider and include all relevant state, federal, and local restoration plans as feasible. MRERP is targeted to link the multiple ecosystem restoration, recove ry, and mitigation programs within both Omaha and Kansas City District. The project is complicated and highly controversial and is likely to receive a very intense level of scrutiny within the basin. MRERP will address ecosystems needs for the basin of t he longest river in the United States. The scale of the plan is comparable to and potentially larger than the Comprehensive Everglades Ecosystem Restoration Plan, the Upper Mississippi River System Environmental Management Plan, Coastal Louisiana 2050 pla n, the Illinois River Comprehensive Restoration Plan, or the Chesapeake Bay 2000 plan. Due to the comprehensive scale of this project; the contract is broken into phases. The contract will involve facilitating interagency and public scoping meetings, deve loping of alternatives for program-level ecosystem restoration to meet long range goals, conducting impact analysis of alternatives and of the Draft Plan and associated NEPA document for agency and public review as well as finalizing the plan. One indefin ite delivery contract will be negotiated and awarded, with a total contract period not to exceed five years. The contract will consist of one five-year contract period. The total amount of work will not exceed $9,500,000. Work will be issued by negotiat ed firm-fixed-price task orders. The contracts may include task orders with options. Award of the first contract is anticipated in fourth quarter of fiscal year (FY) 2007 or first quarter of FY 2008. This announcement is open to all businesses regardless of size. If a large business is selected for these contracts, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for the Kansas City District are: (1) at least 51.2% of a contractors intended subcontract amount be placed with small businesses (SB), including small disadvantaged businesses (SDB) and women-owned small businesses (WOSB); (2) at least 8.8% of a contractors intended subcontract amount be placed with SDB; (3) at least 7.3% of a contractors intended subcontract amount be placed with WOSB; and (4) 4.3% placed with HUBZone small businesses, and 1.5% placed with service Disabled Ve teran Owned Small Businesses and 1.5% placed with Veteran Owned Small Businesses. The plan is required for Large firms however, small business plans are included in the evaluation criteria for this contract. The North American Industry Classification Code (NAICS code) is 541330. The small business standard for this effort is based on the average annual receipts of the concern and its affiliates for the preceding three (3) fiscal years. A business is small for this effort if its average annual receipts d o not exceed $4.5 million. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the emp loyees office location (not the location of the work). New procedures being implemented for U.S. Army Corps of Engineer solicitations will require that all potential offerors to include Prime Contractors, subcontractors, suppliers, plan rooms and printin g companies register in CCR and FedTeDS in order to view or download solicitations. This solicitation, with plans, specifications, and any amendments, will be published in electronic format as an Electronic Bi d Set (EBS) at the FedTeDS website, http://www.fedteds.gov . You can access the FedTeDS website from FedBizOpps by clicking on the link labeled Technical Data Package, then in the next screen, clicking on the link labeled Available via the FedTeDS website. There will be no printed hard copies or CD-ROM Disks provided by the agency. Interested parties can only access the solicitation, including any amendments, at the FedTeDS website, http://www.fedteds.gov . Vendors must be registered with FedTeDS in order t o access solicitations posted there. Before you can register at FedTeDS, you must be registered in CCR (see below). If you need detailed instructions, go to the Kansas City District website at http://www.nwk.usace.army.mil/contract/contract.html and click on the link Registration Instructions. This link will explain the registration process and provide information on how to use the website. For assistance using the FedTeDS website, contact the Ogden Electronic Business Operations Support Team at 1-866-618 -5988 (toll free). The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the document at the referenced website. Firms must also register as Plan Holders via the Internet at the above site in order to receive notification via email of any amendments to the solicitation or general announcements. For additional contracting opportunities, visit the Army Single Face to Industry at http://acquisition.army.mil The solicitation will be available for downlo ad on or about July 13, 2007. Task orders may be assigned for any work within the jurisdiction of the Kansas City District, Northwestern Division, or the U.S. Army Corps of Engineers in the Continental United State (CONUS), but the selection will be based on criteria within the Kansas City District, Northwestern Division. 2. PROJECT INFORMATION. Work may consist of developing environmental and socioeconomic impact analyses, plan formulation, alternatives development, facilitating interagency and public scoping meetings,, addressing fish and wildlife mitigation and recover y requirements, developing socio-economic projections, drafting all components of an ecosystem restoration plan and associated integrate NEPA document for the Missouri River, coordinating public and agency reviews and agency responses to comments as well a s the development of communication and project management tools in support of the above studies. The contracts issued under this requirement will include continuing funding clauses required for civil works programs. 3. SUBMITTAL REQUIREMENTS. Interested firms having the capabilities to perform this work must submit one SF 330 (1/2004) to the address listed below no later than close of business (4:00 PM Kansas City time) on the August 1, 2007. Include the firms ACA SS number in the SF 330 Part II.2a. Each firm/consultant listed within Part I of the SF 330 must submit Part II of the form with this package. In the SF 330, Part I, Section F, cite whether the experience is that of the prime (or joint venture), consulta nt or and individual. Work cited that is experience of the prime (or joint venture) from an office other than that identified in Block 21 shall be so labeled. In the same Block, indicate the estimated percentage involvement of each firm on the proposed t eam. Solicitation packages are not provided. This is not a request for proposal. Submit responses to: U.S. Army Engineer District, Kansas City ATTN: CENWK-CT/Russell 757 Federal Building 601 East 12th Street Kansas City, Missouri 64106-2896 5. Firms interested in submission of a Standard Form 330 pursuant to this solicitation are highly encouraged to also submit the SF 330 electronically. Firms interested in the electronic submission of a Standard Form 330 part II may submit it through the Business Partner Network at http://www.bpn.gov/. The left side of the web page contains a Vendor link under the sub-h eading Online Representations and Certifications Application. For a logon and password, firms will use their DUNS number and the MPIN they selected when registering on the CCR web site, www.ccr.gov. In any event, firms are required to submit a hard copy of the SF 330 Part II along with the Part I in response to this solicitation. This solicitation will be issued on or about July 13, 2007. 6. QUESTIONS. Questions of a technical nature should be addressed to Jennifer Switzer at Jennifer.l.switzer@usace.army.mil, 816-389-3062 or Randy Sellers randy.p.sellers@usace.army.mil , 402-221-3054 and those of an administrative nature to Lisa Russell at 816-389-3819
 
Place of Performance
Address: US Army Engineer District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
Country: US
 
Record
SN01330575-W 20070630/070628231351 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.