SOURCES SOUGHT
R -- Targeted Brownfield Assessment Services, within EPA R9 Area of Responsibility
- Notice Date
- 4/7/2010
- Notice Type
- Sources Sought
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Sacramento, 1325 J. Street, Sacramento, California, 95814, United States
- ZIP Code
- 95814
- Solicitation Number
- W91238-10-S-0097
- Archive Date
- 5/6/2010
- Point of Contact
- Lelani Banks, Phone: 9165576902, Angela Hermanson, Phone: (916) 557-7945
- E-Mail Address
-
lelani.u.banks@usace.army.mil, angela.hermanson@usace.army.mil
(lelani.u.banks@usace.army.mil, angela.hermanson@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT Targeted Brownfield Assessment Services, within EPA R9 Area of Responsibility 1. This is a SOURCES SOUGHT NOTICE for Market Research ONLY to determine the availability of firms to execute Brownfield Phase I and Phase II investigation activities. NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS IS AVAILABLE AT THIS TIME; therefore, do NOT request a copy of a solicitation. Potential offerors having the skill, capabilities necessary to perform the described project are invited to provide feedback via email to Ms. Lelani Banks at lelani.u.banks@usace.army.mil. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. The NAICS Code is 541620. The small business size is 7 million. The anticipated duration of the project is 5 years (Base plus 4 option years). 2. PROJECT DESCRIPTION USEPA intermittently assigns Targeted Brownfield Assessments (TBA) to the Corps of Engineers for execution. These assignments can be typical Phase I and Phase II Assessments or smaller assignments to fill in data gaps necessary to assist in determining land use compatibility and viability of development alternatives. 3. CAPABILITY STATEMENT 1) Include Offeror's name, address, point of contact, phone number, e-mail address, and DUNS number. 2) Offeror's interest in submitting a proposal on the solicitation when/if it is issued. 3) The submission is limited to ten pages. MANAGEMENT: (a). Resumes of key personnel to include information such as certifications and professional registrations of key personnel (two pages maximum for each personnel). This can be part or in addition to the ten-page limitation of the Capability Statement. (b). Offeror's office locations and staffing. TECHNICAL: (a). Capability to perform tasks. Comparable work performed within the past 5 years - brief description of the project (customer name, timeliness of performance, customer satisfaction, and dollar value of the project). Examples of work products may be attached to the response and exceed the 10 page limit. Attachments to the response should include only the report portion of a Phase I or Phase II exclusive of the data, graphs, plates, or maps. (b). Identify experience and/or working relationships with regulatory agencies and other stakeholders. 4. BUSINESS SIZE (a) If an 8(a) or small business were to receive an award as prime contractor as a result of any future small business set-aside service solicitation, the small business prime will be required to comply with FAR 52.219-14 which states that "at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern". If your firm is an 8(a) or a small business, provide evidence that on past contracts of a similar nature that your firm (as the prime contractor) was able to comply with this requirement. (b ) Identify(Offeror's type of small business and business size ("other than small" business, small business, HUBZone small business, service-disabled veteran-owned small business, veteran-owned small business, or 8(a) contractor); (c) Offeror's Joint Venture information, if applicable - existing and potential. SUMMARY: The Capabilities Statement for this sources sought is not expected to be a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather short statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine how to proceed with the procurement. All interested contractors should notify this office in writing preferably by email by 10:00AM Pacific Time on 21 April 2010. Submit response and information to: Lelani Banks, CECT-SPK-A, Room 878, US Army Corps of Engineers, Sacramento District, 1325 J Street, Sacramento, CA 95814 or lelani.u.banks@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-10-S-0097/listing.html)
- Place of Performance
- Address: 1325 J Street, Sacramento, California, 95814, United States
- Zip Code: 95814
- Zip Code: 95814
- Record
- SN02114975-W 20100409/100407234933-0d78ae9af8806375755a647eb742c329 (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 |