Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 16, 2010 FBO #2975
SOURCES SOUGHT

C -- Sources Sought for A-E Services for Libby Asbestos Superfund Site, Montana

Notice Date
1/14/2010
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Corps of Engineer - Omaha District, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F10SE002
 
Response Due
1/29/2010
 
Archive Date
3/30/2010
 
Point of Contact
Rhonda Shick, 402-995-2079
 
E-Mail Address
US Army Corps of Engineer - Omaha District
(rhonda.shick@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR MARKET RESEARCH PURPOSES AND IS INFORMATIONAL ONLY. THIS IS NOT A SOLICITATION OR OFFER TO PURCHASE. The U.S. Army Corps of Engineers, Omaha District, seeks to determine the availability and adequacy of potential offerors to support acquisition of the requirements stipulated below. Should acquisition of these requirements follow this market research effort, it will be conducted by the appropriate means using a competitive Request for Proposal. The proposed acquisition will be for multiple A-E services procured using procedures defined in the Brooks Act, the Federal Acquisition Regulation (FAR) and FAR Supplements. The Omaha District of the U.S. Army Corps of Engineers is seeking sources to perform Architect-Engineer Services at Libby Asbestos Superfund Site, Libby, Lincoln County, Montana. Information can be found at http://www.epa.gov/libby/. Potential sources must provide a SF 330 Part II available at: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?viewType=DETAIL&formId=21DBF5BF7E860FC185256E13005C6AA6 The Corps is especially interested in your firms qualifications being demonstrated by a positive and proven citation of recent projects (within the last five years) accomplishing environmental design and investigations in compliance with applicable environmental laws and regulations and regulations pertaining to the removal, packaging, shipping and exposure management of asbestos containing materials and management of asbestos removal work sites. Work may include, but not be limited to: site investigations; subsurface exploration; chemical sampling; testing and analyses; providing and managing on site asbestos laboratory; sample management; database construction and management; record archive management; hazard evaluations; preparation of feasibility and other engineering studies and reports as well as review of those prepared by others; preparation of field sketches, plans and specifications; cost estimating; field inspections; verification of existing conditions; surveying and mapping; site planning reuse and redevelopment; community involvement coordination obtaining access and removal agreements on properties, and construction phase services that include, but are not limited to: independent third party construction inspection, independent third party safety inspection, providing asbestos competent person, engineering design during construction; and checking shop drawings. There is a possibility work may include feasibility and other engineering studies and reports; archaeological investigations and mitigation; wetlands determination and mitigation studies; groundwater modeling; regulatory compliance of incidental hazardous and toxic waste encountered. Work may be associated with all operable units of the Libby Asbestos Site. The contactor may staff the Libby Asbestos 24 hour Emergency Response Hotline, perform design and provide oversight services relating to emergency responses at the project. The SF 330, Part II and any supporting documentation must include the following: project contract numbers, project titles, dollar amounts, customer, dates of project, and firms role including identification of whether the firm performed as prime or subcontractor. Recent (within the last 5 years) and relevant A-E experience with Department of Defense, other federal Agencies, and non-Federal entities work for projects of similar size, scope, and complexity as a $500,000 to $5 million A-E task order in the area of remediation, rehabilitation and construction project oversight at government and other facilities. Firms are expected to be experienced with environmental and asbestos laws and regulations mandating remedial investigation and design, including but are not limited to: Federal and State of Montana versions of the Clean Air Act (CAA); the Clean Water Act (CWA); the Toxic Substances Control Act (TSCA); the Comprehensive Environmental Response Compensation and Liability Act (CERCLA); the Resource Conservation and Recovery Act (RCRA); Underground Storage Tank (UST) regulations; the National Environmental Policy Act (NEPA); National Emission Standard for Asbestos (40 CFR 61, Subpart M), Asbestos (40 CFR Part 763), OSHA Standards for Asbestos (29 CFR 1910.1001 and 29 CFR 1926.1101), Montana Administrative Rules Chapter 74, Subchapter 3 Asbestos Control, and the Corps of Engineers' regulations for Civil Works. The NAICS code for this action is 541330, Engineering Services. This Sources Sought is open to all businesses, regardless of size. Please note, this Sources Sought announcement is for planning purposes only and does not constitute a solicitation for bids/proposals and is not to be construed as a commitment by the Corps to further solicit or purchase anything. Any commercial brochures or currently existing marketing material may, at the firms discretion, also be submitted with the information described above. Response to this Sources Sought announcement is not a prerequisite to any potential future offerings, but participation may assist tailoring requirements to be consistent with industry capabilities. A determination by the Corps not to solicit the requirement is solely at the discretion of the Corps. Further, the Corps will not pay for any information provided in response to this Sources Sought. If a solicitation were to go forward following this announcement, the Corps anticipates any award of a Site Specific, Indefinite Delivery/Indefinite Quantity, Single Award Task Order Contract (SATOC) would ensue not earlier than October 2010. It is anticipated that this contract would consist of a basic ordering period of three (3) years with one (1) additional two (2) year option period, for a total of five (5) years for performance. Responses to this announcement may be sent electronically to Rhonda Shick at Rhonda.Shick@usace.army.mil and should arrive no later than 2:00 p.m. (CST) 29 January 2010. If you are unable to send the information via e-mail, you may mail it to the address below. All mailed documents must include a return address on the outside envelope to be accepted. U.S. Army Corps of Engineers Contracting Division (CECT-NWO-E) ATTN: Rhonda Shick/Patricia Overgaard 1616 Capitol Avenue Omaha, NE 68102-4901
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F10SE002/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers - Omaha District 1616 Capitol Ave, Omaha NE
Zip Code: 68102-4901
 
Record
SN02042413-W 20100116/100114234443-b7275e8f4b5840a6af73362287c0f296 (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.