SOLICITATION NOTICE
R -- Nationwide Environmental Consulting Services
- Notice Date
- 3/28/2008
- Notice Type
- Solicitation Notice
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
- ZIP Code
- 76102-0300
- Solicitation Number
- W9126G08R0158
- Response Due
- 5/16/2008
- Archive Date
- 7/15/2008
- Point of Contact
- Cheryl Hodge-Snead, 817-886-1165
- E-Mail Address
-
Email your questions to US Army Engineer District, Fort Worth
(cheryl.d.hodge-snead@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Multi discipline serves are required for preparation of complete or partial Environmental Impact Statements, Environmental Assessments, Biological Assessments, Environmental Condition of Property reports; hazardous material/waste inventories and reco very plans; National Historical Preservation Act compliance and documentation, historical and cultural resource investigations; natural resource investigations, biological surveys, waters of the U.S. including wetlands jurisdictional determinations; air emission inventories, permit applications, and conformity analyses; multi media environmental compliance audits/inspections; storm water pollution prevention planning; pollution prevention assessments, baseline environmental/human health risk assessment s; GIS/Remote Sensing support, and other scientific and technological investigations to accomplish environmental compliance and complete environmental support for the Environmental Resources Branch, Planning/Environmental/Regulatory Division, Fort Worth D istrict, U.S. Army Corps of Engineers (USACE). These services will be in direct nation-wide support of the Civil Works, Military, and Support for Others Programs. Support for Others Program includes but is not limited to National Guard Bureau, Air Combat Command, Department of Homeland Security, and National Oceanic Atmospheric and Administration. The USACE intends to award one Multiple Award Task Order Contract (MATOC), Solicitation Number W9126G-08-R-0158, consisting of two unrestricted business for a total of $10,000,000.00 each per contract over five (5) years and one (1) small business set-aside, Solicitation Number W9126G-08-R-0159, for a total of $9,000,000.00 over five (5) years. The Government reserves the right to award only one contract as a result of this solicitation if at least two (2) responsible, responsive proposals are not received. The total length of resulting contract(s) will not exceed five (5) years. The maximum amount that can be obligated during the base contract period or any of the option periods is $9,000,000.00. The number and dollar value of task orders awarded under each contract will depend upon the results of the task order competition conducted among the firms that receive contract awards. Task Orders will be competed on a firm-fixed price basis among contract awardees in accordance with Federal Acquisition Regulation (FAR) 16.505(b) and DFARS 216.505-70. The work site may be at any location within the United States or its Trusted Territories. The North American Indu strial Classification System (NAICS) Code applicable to these projects is 541620, Environmental Consulting Services. The associated size standard is $6.5 Million. Anticipated evaluation factors will be technical capability, past experience, management ca pability and cost/price. The successful offeror must be able to obtain a Department of Defense Industrial Security Clearance for the handling and storage of classified materials. A secret clearance must be obtained prior to contract award. Distribution of the RFP documents will be made strictly thru the Internet. There will be no printed or compact disk copies distributed to contractors. Additionally, the Government will notify contractors of amendments to the RFP by posting them on Federal Business Op portunity (FedBizOpps) Website. The web site that will display the above referenced solicitation and all subsequent amendments is http://www.fbo.gov/ . Contractors are responsible for checking the web site daily for any posted changes to the solicitation . The solicitation will be issued on or about 11 April 2008 with proposals due on or about 11 May 2008. Proposals must comply with FAR Clause 52.219-9 regarding the requirement for submission of a Large Business Subcontracting Plan. The Fort Worth Distri ct FY08 Subcontracting Targets (expressed as a percentage of the contractors total planned subcontract amount) are as follows: Small Business 70%; Small Disadv antaged Business 6.2%; Women-Owned Small Business 7%; HUBZone Small Business 9.8%, Veteran-Owned Small Business 3% and Service-Disabled Veteran-Owned Small Business 0.9%. Offerors must be registered with Central Contractor Registration (CCR) in order to re ceive a Government contract award. The CCR Internet address is: http://www.ccr.gov/. If you have any questions regarding this announcement, you may contact Cheryl Hodge-Snead by e-mail at Cheryl.d.hodge-snead@usace.army.mil or by telephone at (817) 886-11 65.
- Place of Performance
- Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
- Zip Code: 76102-0300
- Country: US
- Zip Code: 76102-0300
- Record
- SN01544598-W 20080330/080328225101 (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 |