Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2008 FBO #2360
SOLICITATION NOTICE

F -- Amendment to Sources Sought Solicitation Number W9124708XXXXXX - Notice of 2nd Industry Day for Natural and Cultural Resources

Notice Date
5/11/2008
 
Notice Type
Modification/Amendment
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Bragg, ACA, Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
W9124708XXXXXX
 
Response Due
7/11/2008
 
Point of Contact
walkera, 910-907-4745
 
Small Business Set-Aside
N/A
 
Description
ENVIRONMENTAL ENTERPRISE SERVICES SOURCES SOUGHT The U.S. Army Installation Management Command (IMCOM) has teamed with the Regional Contracting CenterFort Bragg (RCC-FB) to conduct a Natural Resource and Cultural Resources Industry Day in Denver, Colorado on 3-4 June 2008. Please reference the original Sources Sought on FedbidzOpps.gov at the attached link https://www.fbo.gov. The purpose of this supplementary Sources Sought notice is to notify potential offerors in the western United States to the Cultural Resources and Natural Resources Industry Day Conference. Any offeror may attend this Industry Day; however, the previous Industry Day held 30-31 January 2008 in Baltimore, MD demonstrated adequate interest on the part of firms located in the east, but lacked sufficient western (e.g., California, Utah, New Mexico, Washington, Oregon, Nevada, Arizona) interest and participation. Therefore, it is determined that holding another Industry Conference in the west and requesting capability statements from western oriented firms was necessary. IMCOM and the RCC-FB hope that doing this will provide a clearer picture of the ability of small business to support the conceptual acquisition strategy of an nationwide ID/IQ approach for Cultural and Natural Resources. Cultural and Natural Resources Western Industry Conference: The goal of the RCCFort Bragg and IMCOM is to continue and expand the dialogue with industry in the West regarding the conceptual acquisition strategy and the draft PWS for both enterprise areas. In order to facilitate this dialogue an Western Industry Conference has been scheduled for June 3-4, 2008 at the Red Lion Hotel, 4040 Quebec Street, Denver, Colorado for Natural Resource and Cultural Resource only. Interested sources (including large businesses) should download the registration form at the USAECs website http://aec.army.mil/usaec/business/index.html and fax (910-396-5603) it to Ms. Anna Walker or Mr. Chris Friere. Only one registration form per company or team is required to attend the conference, even if responses are submitted on more than one enterprise area Sources Sought Notice. Registrations forms need to be submitted by 4pm EDT on 29 May 2008. The Government will present general information about the acquisitions and requirements for the capability statements to all attendees on the afternoon of 3 June 1 pm 3 pm. Following the general presentations and discussions, the Government will conduct up to 17 one-on-one sessions each for the Cultural Resources and Natural Resources enterprise areas between potential prime contractors and representatives from USAEC and the RCCFort Bragg on the afternoon of June 3 from 4 pm- 5 pm and June 4 from 8 am - 5 pm. These sessions will be limited to 20 minutes and should be used by potential small business prime contractors to address questions regarding each draft PWS or the conceptual acquisition strategy that they may not want to address in the open forum of the industry conference. These sessions are not intended to serve as a meet/greet or a presentation of capabilities. Reservations for these sessions will be taken as part of the registration for the industry conference in the order that they are received until all sessions are full. While the number of one-on-one sessions is limited for this conference, firms that are not able to schedule a one-on-one at this time may submit e-mail comments to Ms. Anna Walker. Large businesses will be offered one-on-one sessions only if space is available as the initial focus will be on small business issues/concerns. Due to interest expected in this acquisition, the Government will not be providing individual responses to contractor inquiries, but will review and consider all comments for their possible use in the development of the acquisition strategy. The Government does intend to have at least one more industry conference prior to the finalization of the acquisition strategy and the release of any resultant solicitation. It is the RCC-FBs intent that the capability statements from interested small businesses from the western region will reaffirm the initial research that it may be possible to set-aside both of these enterprise ID/IQ contracts for performance by Small Businesses (to include information on the possible participation by Small Disadvantaged, HUBZone, and Service Disabled Veteran-Owned Small Businesses). Responses from Large Business to this Sources Sought Notice are not required at this time. While each of the enterprise contracts is separate and distinct from the others, the RCC-FB is only issuing a single Sources Sought Notice. Contractors may respond to both of the enterprise areas; however, they must submit separate responses to each area as detailed below. The Cultural Resources enterprise approach will consist of providing technical assistance to the Army and other military components with cultural resources requirements in three broad categories: (1) Survey, inventory, or investigation of historic properties and cultural resources, (2) Mitigation of adverse effects to historic properties and cultural resources, and (3) Program and execution of cultural resources management activities. Proponents will be expected to demonstrate broad expertise in these areas and all regions of the US where Army installations may require support. Consequently, proponents are asked to consider partnerships or other mechanisms of working with one or more other firms to provide coverage in areas where they may lack expertise. The Natural Resources enterprise approach will consist of providing technical assistance to the Army and other military components with natural resources requirements to include two broad categories of services: (1) Survey, inventory, or investigation of natural resources and (2) Program and execution of natural resources management activities. Proponents will be expected to demonstrate broad expertise in these areas, some specific species support and all regions of the US where Army installations may require support. Consequently, proponents are asked to consider partnerships or other mechanisms of working with one or more other firms to provide coverage in areas where they may lack expertise. THIS IS NOT A REQUEST FOR TECHNICAL OR COST PROPOSALS. The Government will not award a contract based on this Sources Sought Notice nor reimburse participants for information they provide. This is a request for small businesses interested in serving as prime contractors to submit a brief capability statement demonstrating how they could meet the requirements specified in each of the enterprise areas. The North American Industry Classification System (NAICS) code is 541620. Submission shall be limited to no more than ten (10) pages and must be submitted for each separate enterprise area. No more than four (4) pages should be used to address the Contracting Topics and no more than six (6) pages for each Draft PWS and Requirements Related topics. All questions are listed below. Standard brochures and paraphrasing of the PWS will not be considered a sufficient response to this notice. Information provided will not be used as a part of any subsequent solicitation requirement. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. Contracting Topics (4 page limit): Separate answers are required for each enterprise area. 1)Provide your Company name; Point of Contact information (address, telephone, facsimile, e-mail); DUNS number; CAGE code; and Small Business status (i.e., Small Business, Small Disadvantaged Business, HUBZone, Small Disadvantaged Veteran Owned Business, etc.). 2)Given the different estimated program ceilings identified above and based on your business model, identify how much work in terms of dollars and Full Time Equivalents (FTEs) (define your companys base FTE in terms of hours) your company would normally expect to compete for per year and how much it would expect to win. 3)Address whether maintaining your small business size status through the life of the contract is a factor in the number of task orders competed on and won over a 3 year period. 4)If this acquisition is set-aside for small business, FAR Clause 52.219-14, Limitations on Subcontracting will be applied at the contract level. Accordingly, identify what percentage of work by technical area in the PWS that your businesses would perform as the prime contractor. 5)Please indicate whether you can perform at all IMCOM locations within the continental United States (CONUS) (including Alaska and Hawaii) or if you would have any geographical limitations/preferences (e.g., Southeastern, Northeastern, Northwestern, Southwestern) regarding contract performance. 6)Describe your experience, within the past 5 years, with performance based acquisitions of environmental services, including challenges faced and how you overcome those challenges. 7) Describe the experience of your staff with working directly on military installations. 8) Address whether you could develop a pricing schedule by units of product for deliverables identified in the PWS. 9) Describe how you could be cost-effective performing work in geographically remote locations. 10) Address whether you intend to support this requirement from one office or if you have multiple office locations that can be used to support this requirement. Cultural Resources Draft PWS and Requirements Related Topics (6 page limit): 1)Briefly demonstrate your ability to meet the requirements specified in the Draft PWS as the prime contractor or through your use of subcontractors. 2)Address whether you maintain your own staff of qualified cultural resource professionals including archeologists, historical architects and architectural historians and identify how large is your permanent staff is in each of these areas. 3)Describe your company's experience with archeological surveys and evaluations on military installations or on federal, state, or local properties. 4)Address whether you can develop a cost schedule for archeological inventory and archeological evaluations by acre for various regions in the US (please identify each region). 5)Address your experience with architectural inventory and evaluation for buildings and structures from 1950 to the present. Natural Resources Draft PWS and Requirements Related Topics (6 page limit): 1)Briefly demonstrate your ability to meet the requirements specified in the Draft PWS as the prime contractor or through your use of subcontractors. 2)Address whether you have successfully subcontracted to small academic or individual professional natural or cultural resources experts and discuss what administrative costs are incurred when using them. 3)Provide brief descriptions of work you have done in Clean Water Act and Endangered Species Act compliance on military installations or similar federal, state, or local properties. 4)Address whether your company has worked on Biological Assessments from inception to final approval. 5)Describe your company's involvement in range construction/operation impact assessments. Capability statements are due no later than July 11th, 2008. Four (4) copies should be mailed to: US Army Environmental Command, Attention: Ms. Janet Kim, E4460 Beal Road, APG-EA, MD 21010. An electronic copy should be emailed to Mr. Christian Freireacosta, Contract Specialist at christian.freireacosta@us.army.mil. Any questions regarding this sources sought can be submitted to Mr. Christian Freireacosta at (910) 907-5104. Responses from Large Business to this Sources Sought Notice are not required at this time.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fb1c6770dff4aef765c6318d1726de38&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort Bragg Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC
Zip Code: 28310-5000
 
Record
SN01570698-W 20080513/080511213046-fb1c6770dff4aef765c6318d1726de38 (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.