Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2008 FBO #2419
SOURCES SOUGHT

F -- Sources Sought - IDIQ Type Contract - Edwards AFB, CA

Notice Date
7/9/2008
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Engineer District, Sacramento, US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-08-X-XXAA
 
Response Due
8/25/2008
 
Archive Date
10/24/2008
 
Point of Contact
Dennis Wagner II, 916-557-5195
 
Small Business Set-Aside
N/A
 
Description
The Sacramento District, U.S. Army Corps of Engineers intends to award an Indefinite Delivery Contract for environmental services. All potential sources are sought. More than one firm shall be selected for this work with the total number to be determined. Work is anticipated to begin approximately March 2009. The contract will have a basic contract period of one year and four option years (exercised at the discretion of the Government). As the need for services under this contract arises, the Government will issue individual task orders with specific scopes of work describing the requirements. The task orders will be firm fixed price type task orders. Projects will take place at Edwards AFB, Air Force Plant 42, and test ranges within the greater Southwest Range Complex. Work and services may include but are not limited to compliance and pollution prevention program related services and documentation, natural resources conservation program activities, environmental restoration activities and Base Comprehensive planning (BCP) and geographic information system (GIS) development associated with these activities. Compliance and pollution prevention activities shall address: Permits coordination and preparation; Emergency Planning Community Right to Know Act (EPCRA) compliance; Environmental Compliance Assessment Management Program (ECAMP); Senate Bill-14 adherence; petroleum, oil and lubricant waste compliance activities; Resource Conservation Recovery Act and California Title 22 and other federal, state and local regulatory compliance; air and water quality investigation; air quality conformity determination; lead/asbestos/PCB surveys; tiered permits coordination and preparation; landfill compliance and remedial activities; hazardous waste management; accumulation sites management; waste management recycling and minimization; developing pollution control technologies; characterizing waste streams; establishing waste stream volumes; and databases for tracking progress toward achieving reduction goals; conducting opportunity assessments to identify pollution prevention opportunities; developing strategies to reduce the volume of waste or toxicity of waste that is generated; development of recycling programs including the affirmative procurement of recycled materials; and solid waste management. Baseline planning studies to support master planning opportunities and constraints to include, but not be limited to, environmental issues such as air emissions surveys and source testing, soil surveys, groundwater and aquifer surveys and modeling, geological investigation. Natural Resources conservation activities shall address: National Environmental Policy Act (NEPA) and California Environmental Quality Act (CEQA) adherence; historic preservation; archeology; paleontology; endangered species and plants; desert ecosystem management; environmental assessments and impact statements; air space/range analyses and impact on the environment; GIS; and environmental design review. Environmental restoration activities shall address: Site and remedial investigation plan development; sampling and analysis; feasibility studies, treatability studies, intrusive investigations; disposal of investigative derived hazardous waste; records of decision; interim remedial measures and documentation; characterization and design at hazardous or toxic waste sites; inspection services; long term monitoring; laboratory testing services; engineering services during cleanup; Operations and Maintenance of groundwater treatment systems; health and safety plan development; health and risk assessments; environmental modeling, treatability studies, quality assurance programs; project management plans; data management plans; community relations plans; preparation of cost estimates; extensive field and office investigation; site visits; and interviews. The potential sources will be expected to have experience performing investigations at Ordnance and explosive (OE) and Chemical Warfare Material (CWM) sites. Base Comprehensive plan and GIS development activities shall address: Aerial photogrammetric mapping; field surveying; digitization; preparation of a GIS database; utility system investigations and analyses; query development; facility management planning; global positioning systems and computer aided drafting and design (CADD) systems. Additional services may include transportation studies, management studies, brochure/video development, BCP component plans, facilities engineering planning, space utilization, noise studies and preparation of site planning design documents. Most if not all data developed from this contract will be input into the existing GIS system at the EAFB. Therefore, the potential sources must have an in-depth knowledge of a comprehensive GIS system. While each of the described areas appear to be considered independently, it is important to recognize that these program areas are fully integrated and not necessarily exclusive therefore, the potential sources must have the ability to perform all functions listed above. For example, pollution prevention can be used to comply with an environmental regulation, while current and future compliance requirements are integral to all environmental planning. Natural resources evaluations are necessary when performing environmental restoration activities. Performance of the above mentioned work will require the services of professional civil, environmental, chemical, mechanical, electrical, structural and geotechnical engineers; engineering technicians; chemists; geologists and hydrogeologists; biologists; archaeologists; paleontologists; estimators; technical writers; surveyors; draftspersons; computer aided design (CADD) operators; certified industrial hygienists; toxicologists; project managers; graphic artists; GIS technicians; computer scientists, database managers, regulatory specialists; geophysicists; OE specialists; and field technicians. Potential sources must identify, if the firm is a small business, how it has met Federal Acquisition Regulations (FAR) requirements for limitations in subcontracting which state that at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern. The Standard Industrial Classification (SIC) is 8744 500 employees. Potential sources must submit a capability statement of no more than 6 pages in length, which addresses the following key areas (a) through (e): (a) Management (personnel /organizational staff experience, project management, etc.) (1) The potential sources must identify their management staff in order to support the capability of concurrently managing over 40 open task orders totaling approximately $25,000,000. (2) The management staff must be experienced in handling multiple complex environmental projects with a minimum of 5 years experience in work similar to that listed above. Identify which projects (submitted in (b)) where the management and technical staff have gained the experience. (b) Technical - Potential sources must submit a list of recent projects indicating their past experience in the types or work as described in (b) (1)-(3). Submit only current and past clients no more than 3 years previous include brief description, identify if prime contractor, contract type (list by task order if IDIQ), contract or task order value, $ value of work subcontracted, % complete, if complete date completed, customer POCs and current phone #. Identify the projects (list Regulatory Agencies, Regulatory POCs, and current Phone #) where the project management staff have a good working relationship with the U.S. Environmental Protection Agency (USEPA) Region 9, California Department of Toxic Substances Control (DTSC), and Regional Water Quality Control Board (RWQCB) Region 6. (1) Environmental engineering services to include an in-depth knowledge and experience of environmental compliance of Federal and State regulations and applicable local regulations, as well as in-depth experience in pollution prevention in weapon system testing, Environmental Logistics Test and Evaluation Process, Title V permitting and Clean Air Act requirements, air and water quality analysis, hazardous waste management, compliance audits, permitting, and corrective actions. (2) Environmental engineering services to include an in-depth knowledge of site investigation, remedial investigation, Long-Term Monitoring and Operations & Maintenance of Groundwater Treatment Systems, OE investigation, CWM investigation, environmental modeling, treatability studies, and risk assessments. (3) Knowledge and experience with NEPA and CEQA adherence, natural and cultural resources preservation, historic preservation, ecosystem management of the Mojave Desert, archaeology and paleontology of the Mojave Desert, endangered species and plants preservation and management, environmental assessments and impact statements and air space/range analyses. (c) Submit a list of projects demonstrating experience in military master planning applications dealing with specifics of BCP/GIS for relational databases in support of environmental management issues for environmental topics listed above and facility management and planning issues. Firms must show experience in developing and efficiently utilizing a comprehensive GIS system to integrate each of the areas listed above (b)(1)-(3). Firms must indicate in-house, consultant, or joint-venture use when identifying specialized capabilities in GIS applications. Submit only current and past clients no more than 3 years previous include description, identify if prime contractor, contract type (list by task order if IDIQ), contract or task order value, $ value of work subcontracted, % complete, if complete date completed, customer POCs and current phone #. (d) Identify experience using a GIS system based on the Intergraph MGE platform, which is used at EAFB. Submit only current and past clients no more than 3 years previous include description, identify if prime contractor, contract type (list by task order if IDIQ), contract or task order value, $ value of work subcontracted, % complete, if complete date completed, customer POCs and current phone #. (e) Business size status (large, small, SDB/8a, women-owned).Capability statements may be faxed or emailed to the attention of Angie Hermanson Contract Specialist, (916) 557-7945 and must be received no later than 25 Aug 2008 Angela.Hermanson@usace.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a7a23cd1e66b59d1292df07eddc63bcb&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
 
Record
SN01610046-W 20080711/080709222105-a7a23cd1e66b59d1292df07eddc63bcb (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.