SOURCES SOUGHT
R -- Sources Sought Synopsis for Cultural/Historical Resources Compliance and Associated Environmental Support in direct worldwide support of the Civil Works, Military, and Support for Others programs
- Notice Date
- 7/6/2010
- Notice Type
- Sources Sought
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- USACE District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
- ZIP Code
- 76102-0300
- Solicitation Number
- W9126G-10-R-CUTRL
- Response Due
- 7/19/2010
- Archive Date
- 9/17/2010
- Point of Contact
- Melanie M. Hubbard, 817-886-1294
- E-Mail Address
-
USACE District, Fort Worth
(melanie.m.hubbard@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The U.S. Army Corps of Engineers Fort Worth District has been tasked to solicit for and award a project/procurement to include Cultural and Historical Resource Investigations, GIS Remote Sensing Support, and Other Scientific and Technological Investigations to Accomplish Cultural/Historical Resources Compliance and Associated Environmental Support in direct worldwide support of the Civil Works, Military, and Support for Others programs. Proposed project will be a competitive, firm fixed-price Indefinite Delivery/Indefinite Quantity contract. The type of solicitation to be issued will depend upon the responses to this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, namely the Small Business Community to include Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Historically Black Colleges and Universities/Minority Institutions (HBCU/MIs). The Government must ensure there is adequate competition among the potential pool of responsible contractors. FULL DESCRIPTION OF THE PROJECT TO INCLUDE The Government is seeking qualified, experienced sources capable of National Historical Preservation Act compliance and documentation, historical and cultural resource investigations; GIS Remote Sensing support, and other scientific and technological investigations to accomplish cultural/historical resources compliance and associated environmental support for the Cultural Resources Branch, Planning/Environmental & Regulatory Division, Fort Worth District, U.S. Army Corps of Engineers. These services will be in direct worldwide-wide support of the Civil Works, Military, and Support for Others programs. Support for Others program includes but is not limited to National Guard Bureau, Air Combat Command, Department of Homeland Security, and National Oceanic Atmospheric and Administration. No automated management information systems will be required under the contract. Capacity and capability to perform work on a wide variety of sites located within the United States, its territories, possessions, & worldwide in a manner that complies with Federal, State, Local, & international (country specific) regulations and laws, and within the required time frame. It is anticipated that multiple projects may be awarded simultaneously to the selected firm(s). Firms shall demonstrate adequate team capacity to coordinate, and manage multiple task orders concurrently to meet required milestones. The Government anticipates the majority of the task orders to range from $75,000.00 to $1,000,000. However, there may be some task orders for less and some for more. This is an Indefinite Delivery Indefinite Quantity contract for a period of five years or an estimated not-to-exceed amount of $30,000,000 for each contract, whichever is met first. Small Business firms are reminded of the requirement to self-perform 50% or more of the work. Existing and potential Joint-Ventures, Mentor Protg and teaming arrangements are acceptable and encouraged. 7. Statement Under FAR 52.219-14, Limitations on Subcontracting, the prime contractor must perform at least 50%of the cost of contract performance incurred for personnel shall be expended for employees of the concern for service-type procurement. Prior Government contract work is not required for submitting a response under this sources sought synopsis. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firms response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. The Government is requesting that members of the Small Business Community interested furnish the following information: ( I) Company name, address, point of contact, telephone number, and email address. 2. Firms interest in bidding on the solicitation when it is issued. 3. Type of Small Business Community member (Small Business (SB), Section 8(a), Historically Underutilized Business Zones (HUBZone), Service Disabled Veteran Owned (SDV(SB),) under the North American Industry Classification System (NAICS) code 541690 which contains a size standard of $7,000,000.00. FSC for this requirement is R499, Other Professional Services. 4. Provide a general statement of your capabilities. 5. Demonstrate specialized experience and technical competence in the preparation of all the varieties of cultural resources compliance, reporting, handling, research and associated multidisciplinary impact analysis & knowledge and provide a minimum of three examples within the past two years. 6. Demonstrate specialized experience and technical competence in the performance of all varieties of cultural resources management & work & cultural resources performance/compliance and its/inspections and provide a minimum of three examples with in the past two years 7. Demonstrate specialized experience and technical competence in the preparation of cultural resources plans, reports, & other elements demonstrating knowledge, familiarity & experience in cultural resources & consultations and provide a minimum of three examples within the past two years. Include name, address, telephone number, email address of references, contract number, total contract value and period of performance. Contracts must be same or similar to the work described in this announcement. 8. Describe ability to perform work in various geographic locations and how that pertains to ability to perform world-wide. 9. Firms Joint Venture and/or Mentor-Protg information if applicable existing and potential. Interested Firms shall respond to this Sources Sought Synopsis no later than 3:00 p.m., local time on Monday, July 19, 2010. All interested firms must be registered in CCR to be eligible for award of Government contracts. Email your response to Melanie Hubbard at Melanie.M.Hubbard@usace.army.mil. ALL QUESTIONS MUST BE SUBMITTED VIA EMAIL TO: Melanie.M.Hubbard@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-10-R-CUTRL/listing.html)
- Place of Performance
- Address: USACE District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
- Zip Code: 76102-0300
- Zip Code: 76102-0300
- Record
- SN02197401-W 20100708/100706234902-34e235ec5f76f0666f0842bf247684be (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 |