Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 26, 2013 FBO #4232
MODIFICATION

F -- MULTIPLE ENVIRONMENTAL GOVERNMENT ACQUISITION (MEGA) ENVIRONMENTAL CONSULTING SERVICES, INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD TASK ORDER CONTRACTS (MATOC)

Notice Date
6/24/2013
 
Notice Type
Modification/Amendment
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
USACE District, Albuquerque, CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque, NM 87109-3435
 
ZIP Code
87109-3435
 
Solicitation Number
W912PP13R0028
 
Response Due
7/5/2013
 
Archive Date
8/23/2013
 
Point of Contact
Erica Talley, 999-999-9999
 
E-Mail Address
USACE District, Albuquerque
(erica.m.talley@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
MULTIPLE ENVIRONMENTAL GOVERNMENT ACQUISITION (MEGA) ENVIRONMENTAL CONSULTING SERVICES, INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD TASK ORDER CONTRACTS (MATOC). Small Business U.S. Army Corps of Engineers (USACE) South Pacific Division, Albuquerque District Agency: Department of the Army Office: U.S. Army Corps of Engineers Location: USACE District, Albuquerque Solicitation Number: W912PP-13-R-0028 Notice Type: Presolicitation Synopsis: As part of the Multiple Environmental Government Acquisition (MEGA) Strategy, Northwestern, Southwestern and South Pacific Divisions, the U.S. Army Corps of Engineers (USACE), Albuquerque District (SPA), proposes to contract for Environmental Consulting Services (ECS), supporting Department of Defense (DoD) and Interagency and International Support (IIS) customers. The work to be performed includes, but is not limited to, Environmental Compliance Program; DoD Sustainable Range Program; Natural Resource Management Program; Environmental Support for Others Program; support to the U.S. Environmental Protection Agency; control of environmental contamination from pollutants, toxic substances, radioactive materials, and hazardous materials; environmental compliance and restoration; natural, historical and cultural resource management; environmental stewardship; environmental stewardship, and all other environmental related regulatory programs. Due to necessary schedule changes, the solicitation is expected to be issued on or about 02 September 2013. All other items remain unchanged. This will be a total Small Business Set-Aside Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC). This Request for Proposal (RFP) is available for award only for Small Business Firms that have been certified as a small business under North American Industry Classification System (NAICS) Code 541620, Environmental Consulting Services, size standard of $14,000,000.00. Firm fixed-price task orders will be written against the IDIQ Contract(s). This solicitation will facilitate award of up to five (5) contracts with a maximum shared capacity of $50,000,000.00 million. This maximum capacity may be shared between USACE Sacramento, Los Angeles and Albuquerque Districts. Based on the selection criteria, the Contracting Officer has the discretion of adjusting the number of contracts awarded or awarding none at all. Evaluation of proposals will be performed on a quote mark trade-off best value quote mark basis. Contracts will have a base period of three years and an option to extend the contract for an additional two-year period. The contracts awarded will include firm-fixed price features for a wide range of ECS, including but not limited to, environmental planning (National Environmental Policy Act (NEPA), and related state law), air quality (Clean Air Act compliance), water quality (Clean Water Act, National Pollution Discharge Elimination System, State Pollution Discharge Elimination System, wetlands management, storm water management, and Storm Water Pollution Prevention Plans), natural resource and wildlife management (Endangered Species Act, Marine Mammal Protection Act, Migratory Bird Act, Coastal Zone Management Act, natural resource surveys, biological assessments, etc), cultural and historic resources management (National Historic Preservation Act, evaluating buildings for listing in the National Register of Historic Places, coordination with State Historic Preservation Office and Advisory Council on Historic Preservation, anthropological and archeological studies, integrated cultural resources management, and Native American Graves Protection and Repatriation Act compliance), pollution prevention (Comprehensive Environmental Response, Compensation, and Liability Act, Superfund Amendments and Reauthorization Act compliance, Resource Conservation and Recovery Act compliance, Hazardous Materials Conservation Act, Toxic Substances Control Act, Federal Insecticide, Fungicide, and Rodenticide Act, Safe Drinking Water Act, Oil Pollution Act, Emergency Planning an Community Right-to-Know, Natural Resource Damage Assessment, human and ecological risk assessments, hazardous material and waste management, underground storage tank management, etc.), solid waste management, range management (Sustainable Range Program, Integrated Training Area Management, and wildfire management plans), environmental compliance (Environmental Compliance Assessment System, Environmental Management System, Environmental Condition of Property, Preliminary Assessment, Site Inspections, environmental compliance training, environmental compliance monitoring, etc.), environmental data management (Geographic Information System, Computer Aided Design and Drafting, mapping and data analysis, boundary and topographical surveying, environmental electronic data management, multimedia sampling and analysis, etc), and assistance with other environmental regulatory programs that require consulting services. Environmental restoration remedial design or remedial action is not included in this contract. Proposal Evaluation: Technical proposals will be evaluated for technical merit and rated on an adjectival basis. Major evaluation areas of each offeror's proposal, in descending order of importance, include: Technical Requirements (Previous Experience, Resumes of Key Personnel, Organizational Structure, Response to Sample Problem); Performance Risk/Past Performance; and Corporate Plans, Practices, and Procedures; and Cost/Pricing which will also be evaluated. All non-price factors/sub-factors combined are significantly more important than cost/price. Offerors: Please be advised of on-line registration requirement in the System for Award Management (SAM), www.sam.gov and directed solicitation provisions concerning electronic annual On-line Representations and Certifications (ORCA) at http://orca.bpn.gov. Representations and certifications are required to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective for one year from date of submission or update to ORCA. There are no drawings associated with this Request for Proposal. Copies of this solicitation are available by INTERNET ACCESS ONLY. Notification of amendments shall be made via Internet only, as well. It is therefore the Contractor's responsibility to check the following address daily for any posted changes to this solicitation. For security reasons, all technical and engineering data related to this solicitation will be distributed using the Federal Business Opportunity (FBO) system, at www.fbo.gov. FBO is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested Offerors MUST register with FBO or they will not be able to download information from the site. Registration instructions can be found on the FBO website at www.fbo.gov by clicking on the Register Now hyperlink. Contractors registered with FBO may view and/or download this solicitation and all amendments from the Internet AFTER SOLICITATION ISSUANCE. All Offerors are encouraged to visit the Army's Single Face to Industry Website at https://acquisition.army.mil/asfi to view other business opportunities. Offerors are encouraged to post notices of prospective subcontracting opportunities on the FBO website. Compact Disks will NOT be sent out. An Interested Parties List is available on the FBO website. Instructions to access technical data, Instructions to access an Interested Parties List on FBO, step by step instructions and the associate software required (viewers) to view the project plans and specifications can be accessed on the Omaha District Contracting Division web page (https://www.nwo.usace.army.mil/html/ct-m/webpage.htm). All amendments will be posted to FBO. It shall be the contractor's responsibility to check the website for any amendments. Interested parties are reminded that they are responsible for checking on new information posted to FBO. The contracting point of contact for this project is Ms. Erica Talley, Contract Specialist, who can be reached by email at: Erica.m.talley@usace.army.mil or phone at 505 342 3223. The technical point of contact for this project is Mr. Bradley Call, Project Manager, who can be reached by email at: Bradley.A.Call@usace.army.mil or phone at 916 557 6649. Contracting Office Address: USACE Albuquerque District, 4101 Jefferson Plaza NE, Albuquerque, NM 87109. Place of Performance: USACE, South Pacific Division Point of Contact(s): Bradley Call, 916-557-6649 Matthew Masten, 505-342-3363
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA47/W912PP13R0028/listing.html)
 
Place of Performance
Address: USACE District, Albuquerque CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque NM
Zip Code: 87109-3435
 
Record
SN03097751-W 20130626/130624234451-0487aa9bdb65da0d77593c2d0d7e6380 (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.