Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 28, 2008 FBO #2285
SOLICITATION NOTICE

F -- Technical Suppport of EPA Region 9 Mine Restoration Sites in the states of California, Nevada, Arizona, and the Navajo Nation.

Notice Date
2/26/2008
 
Notice Type
Solicitation Notice
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W9123808R0006
 
Response Due
3/13/2008
 
Archive Date
5/12/2008
 
Point of Contact
Patricia A. Christie, 916-557-5228
 
E-Mail Address
Email your questions to US Army Engineer District, Sacramento
(patricia.a.christie@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This Procurement is a Small Business Set-Aside. It will be conducted under FSC Code: F999, SIC Code: 8999, NAICS Code: 541620-Environmental Consulting Services. The size standard for this NAICS code is $6,500,000.00. All questions should be directed via email to the Contract Specialist, Tricia Christie, at Patricia.A.Christie@usace.army.mil. Telephone: (916)557-5228. The Government intends to award one Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract with both Firm, Fixed-Price and Cost-Re imbursement task orders with a total combined and cumulative capacity not to exceed $5.0 Million over a five-year period (One base year and four option years). The acquisition method is negotiated procurement. Both a technical proposal and a price propos al will be required from all offerors. JOB DESCRIPTION: The contract will provide technical support of EPA Region 9 mine restoration sites in the states of California, Nevada, Arizona and the Navajo Nation. The following services will be part of the cont ract: Technical support of EPA Region 9 mine restoration sites enforcement actions; Advising the EPA on the application of innovative technologies/approaches in conjunction with traditional mine restoration methods to improve quality and productivity whil e reducing cost; Integrating various disciplines including Responsible Party Oversight, Report Review and comment Preparation; Conflict Management and Technical Expert documentation; Field Oversight; Safety; Work Plan/Site Assessment Site monitoring; Preparation of sampling plans to assess leachability of mine tailings and measure discharges affecting water quality and chemistry, impacts on receiving waters, chemistry and biology; Groundwater quality, quantity and geochemistry; Groundwater flow pathwa ys; Installation of new monitoring wells; Air Monitoring; Human Health Risk Assessment; Specialized Native American Risk Assessment criteria; Ground stability; Data Quality Management. The Contractor will be required to evaluate potential Mine Remediation Technologies that Settling Work Parties or the EPA may implement: Immobilizing contaminates in mine tailings and waste rock; Discharge Treatment Technology; Topographic Survey; Site Access Design; Site Winterization; Operations at remote sites; NEPA stand ards; Grading and Erosion Control; Project Quality Control Plans; Knowledge of Discharge Treatment Technology including: Lime Treatment; Biological Treatment; Organic Substrate Bioreactors; Rock Substrate Bioreactors; Permeable Reactive Barriers; Sludge handling and disposal; Monitor the erection of remediation site structures; Remote Telemetry. Most work will be oversight of Settling Work party lead sites, but approximately 10% of the work may be performed by the contractor at US EPA lead sites. Cont ractor will control and manage common contaminants including; Aluminum, Arsenic, Cadmium, Chromium, Copper, Cyanide, Iron, Lead, Mercury, Selenium, Sulfur, Uranium, Zinc, and Radioactive Materials. Work will require organizational knowledge of: EPA organi zational regulations and requirements; CERCLA and SARA laws and implementing regulations; Mining Reclamation laws and requirements; State and Local regulatory agency regulations and requirements for California, Arizona, Nevada, Navajo Nation regulations re quirements; Native American regulations and requirements. The Contractor will meet Conflict of Interest requirements. The Contractor will be required to have Project Management skills as applied to: Project reporting, cost reporting, and Change Order Man agement Practices ORDERING SOLICITATION: The solicitation will be available on or about March 13, 2008. Hard paper copies of solicitation and attachments will not be provided. The solicitation and all amendments for this acquisition will be poste d on a secure Government website known as FedTeDS. Access to the solicitation documents on the FedTeDS website will be via a hyperlink. The hyperlink will be inserted into the notices for this acquisition posted on both the Army Single Face to Industry (ASFI) website (https://acquisition.army.mil/asfi/) and the FedBizOpps (FBO) website (www.fbo.gov) once the solicitation is issued. The hyper-link will not appe ar as a website address, but as text as follows: 'Available online via the FedTeDS (Federal Technical Data Solution) website.' Viewing/downloading documents from FedTeDS will require prior registration in Central Contractor Registration (www.ccr.gov). If you are a first-time FedTeDS user, you will also be required to register in FedTeDS (www.fedteds.gov) before accessing th e solicitation documents. To register, click on the 'Register with FedTeDS' hyperlink, then select the 'Begin Vendor/Contractor Regi stration Process' option. The following information will be required: Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN); DUNS Number or CAGE Code; Telephone Number; and E-Mail Address. Once registered with FedTeDS, inte rested parties will then be able to utilize the posted hyperlink to log in and access the solicitation documents. Important Note: Solicitation documents can be accessed ONLY by using the hyperlink available on either FBO or ASFI; FedTeDS is not search able by any other means. Please note that ALL firms who want to access the solicitation, both prospective primes and subs, will be required to be registered with FedTeDS and therefore must be CCR-registered, have a MPIN, and either a DUNS number or CAGE c ode. For further information, please click on the links on the FedTeDS homepage to FAQs, the Vendor User Guide, and FedTeDS Help. For additional assistance with the FedTeDS website, please contact the Ogden Electronic Business (EB) Operations Support Tea m (OST) at --866-618-5988 ( toll free), 801-605-7095, or cscassig@ogden.disa.mil (Subject: FedTeDS Assistance). IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK FEDTEDS FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION. Online Representatio ns and Certifications Application (ORCA) replaces most of the paper based Representations and Certifications (Reps and Certs) in Section K of solicitations with an Internet application. ORCA is an e-Government initiative that was designed by the Integrated Acquisition Environment (I AE) to replace the paper based Representations and Certifications (Reps and Certs) process. Contractors are encouraged to register and create an online account at: https://orca.bpn.gov/login.aspx.
 
Place of Performance
Address: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
Country: US
 
Record
SN01517211-W 20080228/080226224328 (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.