Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2010 FBO #3311
SOURCES SOUGHT

R -- Independent System Engineering and Acquisition Support (ISE&AS) to the Office of the Secretary of Defense, SERDP/ESTCP, DoD, and their Services - Scope of Services

Notice Date
12/16/2010
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Omaha, Attn: CENWO- CT, 1616 Capitol Ave, Omaha, Nebraska, 68102-4901, United States
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-11-S-E001
 
Archive Date
1/10/2011
 
Point of Contact
Stephanie A Rostermundt, Phone: 402-995-2083
 
E-Mail Address
Stephanie.A.Rostermundt@usace.army.mil
(Stephanie.A.Rostermundt@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Scope of Services INDEPENDENT SYSTEMS ENGINEERING AND ACQUISITION SUPPORT TO THE DEPARTMENT OF DEFENSE The Omaha District, US Army Corps of Engineers is seeking qualified members of the Small Businesses Community (Small Businesses (SB) Small Disabled Small Business (SDB) Woman Owned Small Businesses (WOSB) Service Disabled Veteran Owned SB (SDVOSB) Historically Underutilized Business Zone (HubZones) and Section 8(a) Participants) or small business-led teams, and small business joint ventures and Other than Small (OTS) concerns that qualify under the North American Industry Classification System (NAICS) Code 541990 - All Other Professional, Scientific and Technical Services. •1.1 The principal components of the work to be performed include: Independent System Engineering and Acquisition Support (ISE&AS) to the Office of the Secretary of Defense, SERDP/ESTCP, DoD, and the Services in their efforts to execute their environmental science and technology missions. The Contractor shall support current and new activities including, but not limited to, the following categories of research and program development: Environmental Restoration Chlorinated Solvents Energetics Heavy Metals Perchlorate Emerging Contaminants PAHs and PCBs Range Assessment/Sustainment/Management Technology Evaluation Risk Assessment Site Characterization Sustainable Infrastructure Climate Change Impacts Natural Resources (Ecosystems Management and Ecological Modeling) Facilities Management Cultural Resources Weapons Systems and Platforms Coating, De - coating Heavy Metals Elimination Propellants, Explosives, and Pyrotechnics Engine and Noise Emissions Ozone Depleting Substances and Volatile Organic Compounds Waste Reduction and Treatment Evaluation of Risk Associated with New and/or Emerging Chemicals/Materials/Systems/Platforms Munitions Management Wide Area Assessment Planning and Support Ground-based Detection Underwater Detection High Explosive and Nuclear Detection Recovery and Disposal Prevention In support of these mission elements, the Contractor shall provide ISE&AS support of the following general types: Strategic Evaluation and Planning, Technical Support to Program Offices, and Acquisition Support, as enumerated in Section 3.0 below. Also included as coincident with this ISE&AS scope are any new activities/programs under the established SERDP/ESTCP mission elements that may be undertaken by or assigned to OSD or SERDP/ESTCP during the term of this contract. Specific work efforts will be defined in individual task orders that conform to this Scope of Work. This announcement is part of our market research, and your responses are sought to identify sources that have the knowledge, skills, and capability to perform the work. Interested contractors, including small businesses and small business-led teams that qualify under NAICS Code 541990 are hereby invited to submit a response to the market survey to demonstrate their technical, managerial and business capability to provide the requested services. It is anticipated that the Government will issue a firm fixed price. The estimated price range for this effort is between $5,000,000.00 and $10,000,000.00. The estimated performance period is five (5) years. T HIS SOURCES SOUGHT NOTICE DOES NOT CONSTITUTE A REQUEST FOR A FORMAL PROPOSAL. This notice is provided as information to the marketplace and is an invitation for an expression of interest and demonstration of small business capability to perform the anticipated work. The Government will not pay for the provision of any information, nor will it compensate any respondents for the development of such information. All interested, capable, qualified and responsive contractors are encouraged to reply to this market survey request. Interested Contractors must furnish the following information: Section 1 - General Organizational Information (1) Provide the following information to demonstrate interest in participating in open competition for US Army Corps of Engineers contract to support environmental advisory services. Information collected during this sources sought will be utilized to develop the Contract Acquisition Strategy. Your participation is appreciated. - name of firm - business address - point of contact - ph/address, etc. (2) Is your firm registered in the Central Contractor Registration (CCR). y - n (3) Business Size Standard, please mark all that apply. - Small Bus. - Emerging SB - Sec. 8(a) - Women Owned SB - HubZone - Small Disadvantaged - Service Disabled Veteran Owned SB - Large Business (4) Check Revenue Index Number - less than and up to 100k - +100k to 250k - +250k to 500k - +500k to 1M, etc. (5) Please select the North American Industry Classifications System (NAICS) codes that demonstrate recent specialized experience, technical competence and past performance: - NAICS 541330 Engineering Services - NAICS 541620 Environmental Consulting Services - NAICS 541990 All Other Professional, Scientific and Technical Services (6) Has the firm been audited by the Defense Contract Audit Agency (DCAA) in the last 12 months ? y - n (7) This procurement will be subject to stringent organization conflict-of-interest provisions. That is the respondent is not engaged in other activities or relationships which would make the respondent unable or potentially unable to render impartial assistance or advice to the Government, or the respondent's objectivity in performing the contract work is or might be otherwise impaired, or the respondent has an unfair competitive advantage. Please respond to the following: (7a) Is the firm a not-for-profit conflict of interest free source with a mission to work in the public interest (in accordance with FAR 9.500 and IRS section 501(c)3....) ? y - n. If the answer to this question is 'no', do not continue with this survey as these are the type of services required by this notice. (7b) Does the firm compete or bid for design or construction projects for government agencies ? y - n. If the answer to this question is 'yes', do not continue with this survey as this is not the type of source required by this notice. Section 2 - Contractor Business Arrangement Note: See FAR subpart 9.6 for Government policy on teaming arrangements... (1) Firm is interested in proposing on an Indefinite Delivery/Indefinite Quantity (ID/IQ) Contract to support Environmental Advisory Services in the following business relationships. - Prime Contractor performing at least 51% of the work - Teaming Arrangement - Approved Joint Venture - Subcontractor - Approved Mentor/Protégé Agreement - Other (specify) (2) Firm has submitted proposals for U.S. Dept. of Defense/U.S. Dept. of Energy contracts in the past 12 months in the following capacity(s). - Prime Contractor performing at least 51% of the work - Teaming Arrangement - Approved Joint Venture - Subcontractor - Approved Mentor/Protégé Agreement - Other (specify) (3) Firm has been awarded a competitive Delivery Order/Task Order for support to U.S. Dept. of Defense or U.S. Dept. of Energy in the past 12 months. y - n Section 3 - Location Capabilites of the Firm (1) Our firm is capable of performing work anywhere in the U.S. including U.S. Territories. y - n Section 4 - Capabilites to Support Environmental Advisory Services Note: Typically an ID/IQ contract has a Base year and options for a total contract life of five years. Please use this information in formulating responses to the following: (1) If awarded an Environmental Advisory Services contract for ISEAS support, the maximum capacity our firm can adequately perform in a SINGLE TASK ORDER: - less than 500k - 500k to 1M - 1M to 5M - +5M (2) If awarded an Environmental Advisory Services contract for ISEAS support, the maximum AGGREGATE CONTRACT CAPACITY our firm can adequately perform is: - less than 500k - 500k to 2M - 2M to 5M - 5M to 10M - +10M (3) Simultaneous execution of multiple task orders and requests for task orders can be anticipated in support of an ID/IQ contract. Please respond to the following. (3a) Indicate the number of task order(s) and requests for task orders the personnel from your firm can support on a simultaneous basis. - 1 Task Order - 2-5 Task Orders - 6-10 Task Orders -11-19 Task Orders -20 or more (3b) Indicate the number of task order(s) and requests for task orders your Contracts Manager can support on a simultaneous basis: - 1 Task Order - 2-5 Task Orders - 6-10 Task Orders -11-19 Task Orders -20 or more (4) Extensive and broad knowledge and high-level (Agency-wide/Headquarters) technical and management expertise in the environmental field is required in support of this notice. Please check all the boxes that apply (This is NOT an inclusive list but a representation of typical work) - All of the areas listed below [ ] Capable of Performing [ ] Have Performed Under Contract [ ] Have Performed Under Contract Within the Last 3 Years - OMB Circular A76 - Demilitarization of Conventional Ammunition - Chemical Demilitarization - Acquisition Support - Logistical Support - Environmental Restoration and Regulatory Compliance - Sustainable Infrastructure - Weapon and Energy Systems and Platforms - Munitions Management - Field Operations - Strategic Evaluation and Planning (5) A high degree of technical and management expertise in the environmental field is required to support science and technology programs for the DoD Environmental Mission. Please check all the boxes that apply (This is NOT an inclusive list but a representation of typical work) - All of the services listed below [ ] Capable of Performing [ ] Have Performed Under Contract [ ] Have Performed Under Contract Within the Last 3 Years - High Level (Agency-wide/Headquarters) Strategic Planning and Guidance Support - Program and Policy Analysis and Decision-making Support - Systems Engineering/Evaluation and Program Integration - Regulatory Issue Evaluation and Resolution Formulation - Systems Evaluation/Development/Guidance for Business Processes and Integration - Independent Analysis and Conflict-free Review and Assessment of Products/Services produced by other firms - Extensive experience in the Independent Analysis and Conflict-free Review and Assessment of Solicitations and Proposals produced by other firms (6) Broad capabilities and expertise in the environmental, engineering, and scientific fields are required to support the DoD Environmental Mission. Please check all the boxes that apply (This is NOT an inclusive list but a representation of typical work) - All of the services listed below [ ] Capable of Performing [ ] Have Performed Under Contract [ ] Have Performed Under Contract Within the Last 3 Years - Technical and Scientific Evaluation for State of the Art Technology Proposals and Demonstrations for Studies/Research - Strategic Integration of Remedial Processes and Procedures across Services/Agencies - Evaluation of Processes/Waste Streams of Weapon Systems and Platforms - Evaluation and Optimization of Remedial Technologies, Detection Systems, and Processes for Munitions/Weapon Systems/Platforms - Risk Assessment Evaluation and Analysis for Human Health and the Environment, for Systems, and for Economic Risk - Evaluation and Optimization of Remedial Systems, System Performance, Processes, Investigative Techniques, Sampling, and Monitoring - Evaluation and Guidance Development for Emerging Systems/Processes/Materials/Contaminants (7) Broad engineering, scientific, and management expertise in various environmental areas may be required to support the DoD Environmental Mission. Please check all the boxes that apply (This is NOT an inclusive list but a representation of typical work) - All if the areas listed below [ ] Capable of Performing [ ] Have Performed Under Contract [ ] Have Performed Under Contract Within the Last 3 Years - Educational Training - Envr. Compliance Assessments - Envr. Documentation (EA, EIS) -Envr. Master Plng. Envr. Mgmt. System(EMS) - Envr. Quality and Compliance Plng. - Expert Witness - Geographical Info. Sys. (GIS) - Gov. Property Mgmt. and Control - Historical Record Review - Public Relations Planning - Seismic Evaluation for Existing and New Designs/Structures - Site Security - Waste Mgmt. - Restoration and Advisory Board or Public Meeting Spt. - Restoration Process Reviews and Optimization - Logistical, Medical, and Security Spt. - Water Resources Mgmt. Program - Oil and Hazardous Substances Spills - Hazardous Materials Mgmt. - Hazardous and Solid Waste Mgmt. - Energy Audits/Surveys/Corrective Action - Air Program Spt. - Envr. Noise Mgmt. Prgm. - Asbestos Mgmt. - Radon Reduction Prgm. - Pollution Prevention - Formerly Used Defense Site Prgm. - Envr. Quality Technology Prgm. - Natural and Cultural Resources Mgmt. - Conservation Quality - Threatened and Endangered Species Surveys/Mgmt. Plans Section 5 - Contracting Experience (1) Many USACE customers are requiring the use of Performance Based Contracts (PBCs). Please indicate the firm's level of experience with PBCs. - Prime Contractor - Subcontractor (2) Many of the agencies and installations that are served by USACE have restoration programs regulated under the RCRA program. Please indicate the firms level of experience with the RCRA program. - Prime Contractor - Subcontractor (3) Many of the agencies and installations that are served by USACE have restoration programs regulated under the CERCLA program. Please indicate the firms level of experience with the CERCLA program. - Prime Contractor - Subcontractor (4) The firm has experience with Firm Fixed Price Contracts. y - n (5) The firm has experience with Cost Reimbursable Contracts. y - n (6) If awarded a contract, can the firm perform 51% of the costs of the services WITH EMPLOYEES OF THE FIRM ? y - n Responses to this announcement will be sent electronically to Stephanie.A.Rostermundt@usace.army.mil and Sam.K.McGuffey@usace.army.mil by 2:00 p.m. (CST) 7 January 2010. Responses should be limited to no more than 10 pages. 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. US ARMY CORPS OF ENGINEERS CONTRACTING DIVISION - CECT-NWO ATTN: Stephanie Rostermundt or Sam McGuffey 1616 CAPITOL AVENUE OMAHA, NE 68102-4901 Questions should be forwarded to Stephanie Rostermundt at 402-995-2083 AND Sam McGuffey at 402-995-2077or via e-mail at the addresses above. PLEASE BE ADVISED THAT ALL INFORMATION SUBMITTED WILL BE CONSIDERED PROCUREMENT SENSITIVE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-11-S-E001/listing.html)
 
Record
SN02346031-W 20101218/101216234644-1e72bd6b1a92ca50ab52c3874f07dc7a (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.