Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2010 FBO #3130
SOURCES SOUGHT

F -- Support Environmental Restoration Program, Edwards AFB, CA

Notice Date
6/18/2010
 
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-0052
 
Archive Date
7/2/2010
 
Point of Contact
Patricia A. Christie, Phone: 9165575228
 
E-Mail Address
Patricia.A.Christie@usace.army.mil
(Patricia.A.Christie@usace.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a SOURCES SOUGHT NOTICE No. W91238-10-S-0052 for a Market Research ONLY to determine the availability of businesses to support Edwards Air Force Base's (AFB) Environmental Restoration Program. Work is comprised of meeting Air Force requirements by digitizing and updating their Administrative Record (AR). NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME. Potential offerors having the skills and capabilities necessary to perform the described project are invited to provide feedback via email to Patricia.A.Christie@usace.army.mil. All responses will be analyzed in order to determine the appropriate acquisition strategy for a potential future acquisition that may possibly be a service-disabled veteran-owned small business set-aside. This project is planned for advertising in July of 2010. The estimated total value for task orders issued under this contract will be under $3,500,000. PROJECT DESCRIPTION: The mission at Edwards AFB is to test aircraft and aircraft systems, including weapon systems. Past disposal activities of solvents, fuels, propellants and other chemicals, including exotic chemicals (pentaborane, beryllium) created extensive pollution in both the groundwater and in the soil. Edwards AFB was placed on the National Priority List (NPL) on August 30, 1990, which brought the base under the Federal Facility provisions of Section 120 of the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA). A Federal Facility Agreement was signed and the base was divided into 10 operable units. The overall concept of this contract is for the Contractor to provide the full range of expertise and services required to achieve updated and complete ARs at the base. This work will include, but not be limited to: a detailed review and assessment of each document to be included in the AR to insure that it supports a particular remedial action or documents public participation within the remedial process; a similar review of unincorporated documents that are relied upon for the selection of remedial and/or document public participation within the CERCLA process for inclusion in the AR; the marking and organizing of each document in conformance with the file structures currently in use for the base and in accordance with Section 113(k) of CERCLA, Superfund Amendments and Reauthorization Act (SARA) Sections 113(k) and 117, USC Sections 9613(k), 9617, the National Contingency Plan Subpart I, and the OSWER Directive 9833.3A-1; the creation of electronic copies of all files in the AR that are searchable; the extraction and capture of selected metadata; and the preparation of an electronic AR that meets the federal guidelines for litigation. The work must be accomplished by qualified, experienced, professional environmental multi-discipline firms. The Contractor must have extensive organizational knowledge of: federal (EPA Region 9), state (EPA, DTSC, Dept. of Fish and Game, Water Resources Control Board), and local (Kern County, Lahontan Regional Water Quality Control Board) environmental restoration statutes, instructions, manuals, handbooks, regulations, guidance, policy letters, procures and rules; Presidential Executive Orders in effect on the date of issuance of the contract; the preparation of ARs specifically for the Air Force; and the software used to create electronic files including optical character recognition software used to create searchable files. The Contractor must demonstrate Project Management skills as applied to: Project reporting; Cost reporting, and Change Order Management Practices for a contract of this size. CAPABILITY STATEMENT The following requests for information are designed to apprise the US Army Corps of Engineers, Sacramento District, of any prospective contractors' project execution capabilities. Please provide your responses to the following items. The total submission is limited to 10 pages. 1) Name, address, point of contact, phone number, and e-mail address. 2) Interest in submitting a proposal on the solicitation when it is issued. 3) Capability to perform tasks. Comparable work performed within the past 2 years - brief description of the project (customer name, timeliness of performance, customer satisfaction, and dollar value of the project). 4) Certifications and Professional registration of key individuals. 5) Type of business and size (Other than small, small business, HUBZone, service-disabled veteran-owned small business, 8(a), etc) and any applicable SBA certifications. 6) Percentage of work anticipated to be executed with in house resources. This includes addressing the requirements of FAR 52.219-14 which states that at least 50% of the costs incurred for personnel shall be expended for employees of the concern. 7) Office locations and staffing. 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 are requested 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. Offers that do not meet all requirements or submit within the allotted time will not be considered. Submit response and information to Patricia.A.Christie@usace.army.mil by 3PM on June 25, 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-10-S-0052/listing.html)
 
Record
SN02181481-W 20100620/100618234253-d89366184761665c3ee3ccc48078d531 (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.