Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2011 FBO #3679
SPECIAL NOTICE

R -- Environmental Performance Assessment System (EPAS) Support for the Army National Guard

Notice Date
12/19/2011
 
Notice Type
Special Notice
 
NAICS
541620 — Environmental 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
W9126G12R0031
 
Archive Date
12/18/2012
 
Point of Contact
Sue Jones, 817-886-1075
 
E-Mail Address
USACE District, Fort Worth
(sue.jones@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. This is NOT A SOLICITATION and NO CONTRACT SHALL BE AWARDED from this synopsis. No proposals are being requested or accepted with 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. Respondents will not be notified of the results of the evaluation. The U.S. Army Corps of Engineers - Fort Worth District has been tasked to solicit for and award a project/procurement to include primarily support the EPAS program administered by the Army National Guard, but also include other military and civil works environmental compliance, natural/cultural resource planning, air/water/noise technical analyses, air/water permit/management plan preparation, hazardous/toxic waste/material investigation/planning, and environmental restoration studies. Army National Guard EPAS support involves using WINCASS/WEBCASS software (uploading EPAS findings and regulatory criteria, conducting QA/QC database review, producing WINCASS/WEBCAS report outputs, and trouble-shooting software user errors), understanding/implementing EPAS process and protocols, familiarity with Army National Guard facilities/training sites, and conducting EPAS, WINCASS, and/or WEBCASS program training for Army National Guard personnel if required. Proposed project will be a competitive, firm-fixed price, indefinite delivery/indefinite quantity (IDIQ) Multiple Award Task Order Contract (MATOC). The type of solicitation to be issued will depend upon the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone) and Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. FULL DESCRIPTION OF THE PROJECT TO INCLUDE 1. The magnitude of the IDIQ MATOC is more than $10,000,000 and will contain a base year with 4 option years. 2. NAICS Code - 541620 3. SB Size Standard - $7,000,000 4. FSC Code - 8748 5. Simultaneous task orders limitation information - up to 10 concurrent task orders 6. Average size of one task order - $225,000 7. Maximum size of Task order - $3,000,000 8. Geographical scope information - Work is nationwide limited to all states and territories of the United States 9. 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. Awards will be based on overall "Best Value" to the Government. Anticipated solicitation issuance date is on or about 1 April 2012, and the estimated proposal due date will be on or about 1 May 2012. 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. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's ability to accomplish multiple concurrent EPAS assessments each involving multiple protocol compliance areas and facilities for the Army National Guard and perform a minimum of 50% of the work required. 4. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute EPAS-like environmental audits, comparable work performed within the past 5 years. Include a brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 5. Firm's small business category and Business Size (Small Business, HUB Zone, Service Disabled Veteran Owned Small Business, 8(a) or HBCI/MI 6. Firm's Joint Venture information if applicable. Interested Firm's shall respond to this Sources Sought Synopsis no later than 12:00 noon, 16 January 2012. All interested firms must be registered in CCR to be eligible for award of Government contracts. Responses may be emailed, sent via fax to 817-886-6403 or mailed to: US Army Corps of Engineers ATTN: Contracting - Sue Jones 819 Taylor Street Room 2A19 Fort Worth, TX 76102 EMAIL IS THE PERFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS. Please email responses to Sue Jones at Sue.Jones@USACE.Army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G12R0031/listing.html)
 
Record
SN02641441-W 20111221/111219234001-8bc92b04bab3bb1336b0487c8f31cb71 (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.