Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2010 FBO #3217
SOURCES SOUGHT

C -- Architect-Engineer Services for Various Civil and Military Hazardous, Toxic and Radioactive Waste (HTRW), Military Munitions Response Program (MMRP). Project locations primarily within footprint of North Atlantic Division USACE.

Notice Date
9/13/2010
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-10-S-0034
 
Response Due
10/8/2010
 
Archive Date
12/7/2010
 
Point of Contact
Joseph Radzievich, 410-962-9469
 
E-Mail Address
USACE District, Baltimore
(joseph.w.radzievich@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT, NOT A SOLICITATION OR OFFER TO PURCHASE. IT IS FOR MARKET RESEARCH PURPOSES AND IS INFORMATIONAL ONLY. The U.S. Army Corps of Engineers (USACE), Baltimore District (hereinafter USACE Baltimore District), seeks to determine the availability and adequacy of potential sources to support acquisition of the requirements stipulated below. USACE Baltimore District anticipates satisfying these requirements by potentially utilizing a variety of the following sources: 8(a), Service Disabled Veteran- owned Small Business Set-Aside, HUBZone Set-Aside, small business, and unrestricted business. Should acquisition of these requirements follow this market research effort, it will be conducted by the appropriate means using a competitive Request for Proposal. USACE Baltimore District is seeking sources to perform Architect-Engineer Services for Various Civil and Military Hazardous, Toxic and Radioactive Waste (HTRW) and Military Munitions Response Program (MMRP). Project locations will primarily fall within the footprint of the North Atlantic Division of the USACE while projects may be nationwide. Projected workload may range from $100-million to $150-million. Within this projected workload, 8(a), Service Disabled Veteran- owned Small Business Set-Aside, HUBZone Set-Aside, small business capacity may range from $10-million to $30-million. REQUIREMENT: Potential sources must have a positive and proven track record in the industry and demonstrate a reputation for technical proficiency accomplishing environmental design and investigations in compliance with applicable environmental laws and regulations. Each interested source should respond with a Statement of Capability (SOC). The SOC should include your interest, capabilities (experience, personnel, facility, schedule slots, and ability) to meet all requirements stated in this announcement. This SOC should include documentation of past specialized experience and technical competence in similar work, including up to three (3) past projects for which your firm was the prime contractor. The SOC should be no more than five pages in length. Each SOC must identify your companys capabilities to perform the requirements described herein and indicate whether or not they are a small business concern as defined in FAR 52.219-1, and all small business categories for which they qualify. The NAICS code for this action is 541330 with a corresponding Small Business size standard of $4.5-million annual receipts or less. Further, firms are expected to be experienced with environmental laws and regulations mandating remedial investigation and design, including but not limited to: Federal and State versions of the Comprehensive Environmental Response, Compensation and Liability A ct (CERCLA); the Resource Conservation and Recovery Act (RCRA); the Clean Air Act (CAA); the Clean Water Act (CWA); the Toxic Substances Control Act (TSCA); Underground Storage Tank (UST) regulations; and the National Environmental Policy Act (NEPA). The SOC should include any similar past experience with a variety of hazardous waste and environmental type projects; including military munitions response; radioactive and mixed wastes sites. Within these types of projects, the SOC may detail experience with some or all of the following types of tasks: 1. site investigations, 2. subsurface exploration, 3. chemical sampling, 4. testing and analyses, 5. hazard evaluations, 6. feasibility and other engineering studies and reports, 7. archaeological investigations and mitigation, 8. wetlands determination and mitigation studies, 9. groundwater modeling, 10. fate and transport analysis, 11. hazardous; toxic and radioactive waste design, 12. preparation of plans and specifications, 13. cost estimating, 14. field inspections, 15. verification of existing conditions, 16. surveying and mapping, 17. community relations, 18. construction phase services that include, but are not limited to engineering design during construction and checking shop drawings. Please note this Sources Sought Announcement is for planning purposes only and does not constitute a solicitation for competitive bids/proposals and is not to be construed as a commitment by USACE Baltimore District to further solicit or purchase any services. The information received as a result of this synopsis will be considered solely for the purpose of determining whether to conduct a competitive procurement for various small business and unrestricted categories. A determination by USACE Baltimore District not to open the requirement to competition, based on response to this Announcement, is solely within the discretion of USACE Baltimore District. Further, USACE Baltimore District does not intend to pay for any information provided under this sources sought. If a solicitation were to go forward following this announcement, USACE Baltimore District anticipates any award of Indefinite Delivery/Indefinite Quantity contract(s) would ensue not earlier than April 2011. Responses to this Sources Sought notice must adhere to the following protocol: 1. Responses must be addressed to the Point Of Contact (POC): Joseph W. Radzievich, Contract Specialist 2.Responses must be submitted no later than 1630 (4:30 p.m. EST) on 8 October 2010. 3.Responses may be sent via e-mail, fax transmission, or paper mail. E-mail: joseph.w.radzievich@usace.army.mil Fax: (410) 962-2776 Paper mail: Room 7000 O-2, 10 S. Howard St, Baltimore, MD 21203-1715. Contracting Office Address: USACE Baltimore District, ATTN: Joseph W. Radzievich, Rm. 7000 O-2, 10 South Howard Street, Baltimore, MD 21201 Place of Performance: USACE Baltimore District, 10 South Howard Street, Baltimore MD 21201 Contracting Point of Contact: Joseph W. Radzievich, Contract Specialist, joseph.w.radzievich@usace.army.mil or (410) 962-9469
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-10-S-0034/listing.html)
 
Place of Performance
Address: USACE District, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21201
 
Record
SN02278732-W 20100915/100913234832-834575b2ab73f36c8ba6c0c637a8572b (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.