Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2008 FBO #2385
SOURCES SOUGHT

R -- Indefinite Delivery/Indefinite Quantity for Broad Range of Civil and Military Support, Management Support Programs inside the United States, including Alaska and Hawaii.

Notice Date
6/5/2008
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Norfolk, US Army Engineer District, Norfolk, 803 Front Street, Norfolk, VA 23510-1096
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-08-R-XXXX
 
Response Due
7/8/2008
 
Archive Date
9/6/2008
 
Point of Contact
Veronica McGuire, 757-201-7366
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS: This is a Sources Sought Synopsis announcement, market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any cost associated with providing information in response to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small and Large Business Community to compete and perform a Firm Fixed Price Indefinite Delivery/Indefinite Quantity Contract. The Government is seeking qualified, experienced sources capable if executing a wide variety of environmental projects. The Army has developed six program areas to meet these goals: Restoration, Compliance, Prevention, Conservation, Technology and Real Estate. These programs form the basis of the Norfolk District's Management Support Program. The goal of restoration is to clean contaminated sites based on health and safety risks. By applying good business practices, a results-oriented cleanup program allows for more viable use of the land for the military, Federal agencies, states and local communities. Compliance activities ensure that current operations comply with Federal, state, local and applicable host nation environmental requirements and regulations. Such laws and regulations include but are not limited to wastewater discharge, other point and non-point source controls, drinking water quality, endangered species, noise abatement, wetlands, air quality attainment, above ground/underground storage tanks, radon, asbestos, historic properties, solid and hazardous materials/waste management, pest management and sewage treatment. Prevention activities focus on proactively eliminating the potential for pollution to the greatest extent possible, and require the reduction of hazardous materials use and hazardous waste generation. This includes life-cycle management, accident prevention and response, source reduction, implementation of a materiel and waste tracking system (such as the Hazardous Substances Management System (HSMS)), and the use of products, processes, practices and other measures that reduce or eliminate hazardous materials use and hazardous waste generation. Conservation activities focus on conserving, protecting, and enhancing natural and cultural resources. The main purpose of conservation is to ensure the long-term integrity of valuable resources, such as air quality, local and regional water supply, wetlands, forestry, flora and fauna, soil sediment, endangered species habitat and historic and cultural properties. Focused science in environmental technology has become an increasingly critical area of support to our present and prospective customers. Existing technologies are used to support each of the above programs, but as Federal mandates to protect our environment increase and resources decrease, it is vital to develop and leverage innovative technologies and processes to solve recurring and foreseeable issues. Support may also be necessary for real estate programs of Federal agencies, requiring the need to develop strategies for acquisition, excessing and disposal, and transfer of real estate to and from government agencies. We may also request real estate requirements be developed for implementation and execution of activities and programs that have an impact on acquisition, management and/or disposal of real property. Capacity and capability to perform work on a wide variety of site located within the United States, its territories and possessions in a manner that complies with Federal, State and Local regulations and laws. It is anticipated that multiple projects may be awarded simultaneously to the selected firms. Firms shall demonstrate adequate team capacity to coordinate and manage multiple task orders concurrently to meet requires milestones. This is indefinite delivery/indefinite quantity contract for a base period of twelve months with four option periods of twelve months each. The Government is requesting that interested firms furnish the following information: (1) Company name, address, point of contact, telephone number, fax number and email address. (2) Type of Business Size under NACIS Code 541620. (3) Provide a general statement of your capabilities. (4) Demonstrate specialized experience and technical competence relevant to management support programs and provide a minimum of three examples within the past two years. (5) Describe ability to perform work in various geographic locations and how that pertains to ability to performance nation-wide Submit all responses by fax or email to ATTN: Veronica McGuire, Fax 757-201-7183, Ph 757-201-7366, veronica.a.mcguire@usace.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a27b58a63da32f73f8eea5475a812d2c&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Norfolk 803 Front Street, Norfolk VA
Zip Code: 23510-1096
 
Record
SN01587456-W 20080607/080605215921-a27b58a63da32f73f8eea5475a812d2c (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.