Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 27, 2014 FBO #4506
SOURCES SOUGHT

C -- Architect-Engineer Services Contract For HTRW, Primarily Various Locations, Alaska And Pacific Rim, Unrestricted.

Notice Date
3/25/2014
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Alaska, ATTN: CEPOA-CT, P. O. Box 6898, JBER, Alaska, 99506-6898, United States
 
ZIP Code
99506-6898
 
Solicitation Number
W911KB-14-R-0039
 
Archive Date
5/30/2014
 
Point of Contact
Michael Suprenant, Phone: 9077532555
 
E-Mail Address
michael.suprenant@us.army.mil
(michael.suprenant@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: : An Indefinite Delivery contract is being procured in accordance with the Brooks A-E Act, as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. North American Industrial Classification System code is 541330, which has a size standard of $14,000,000 in average annual receipts. This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. The FY 14 subcontracting goals have yet to be released. Therefore the FY 14 subcontracting goals will apply to this contract and a minimum of 39% of the contractor's intended sub-contract amount must be placed with small businesses, with 18% of that to small disadvantaged businesses, 7% to woman-owned small businesses, 11% to HUB Zone small businesses, and 4% to service disabled veteran-owned small businesses. The subcontracting plan is not required with this submittal. All responders are advised that this project may be cancelled or revised at any time during the solicitation, selection, evaluation, negotiation and final award. The contract shall be an indefinite delivery firm fixed price. The Indefinite Delivery Indefinite Quantity contract for 5 years, will be fo ra total contract capacity of $20,000,000. There will be no specific task order limit except for the contract limit. Contract award is anticipated for 4th Quarter FY 14. The intent of this Sources Sought is to research qualified firms with a primary North American Industrial Classification System (NAICS) code of 541330, which has a size standard of $14M for a potential acquisition. Description: The selected A-E firm would be required to have sufficient staff, flexibility, and capability to be available on an as-needed basis. The Corps' HTRW program covers investigation, planning and design for cleanup of hazardous, toxic, and radiological wastes (HTRW), debris, and other environmental contaminants at various locations in Alaska. The selected firm must have the skills for and may perform any or all of the following tasks: technical expertise in all phases of environmental and HTRW management; chemical sampling; resource and regulatory agency coordination; RCRA/CERCLA/SARA/TSCA/ADEC compliance as appropriate for specific sites or projects; community relations; developing conceptual site models; performing preliminary assessments; site investigations; remedial investigation/feasibility studies; geophysical investigations, debris inventory, and drum characterization; establishment of Data Quality Objectives (DQOs); developing and implementing sampling analysis, chemical QA/QC, and health and safety plans; assessment of chemical data quality and development of chemical quality assurance reports, reviewing and interpreting chemical sampling analysis, and developing alternative cleanup levels; performing human health and ecological exposure/risk assessments; researching the most appropriate, cost effective remedial action; preparing air emissions studies for compliance with Clean Air Act; preparing storm water pollution and prevention plans; preparing remedial action plans; preparing cost estimates; performing chemical data validation; performing underground storage tank assessment work; and completing other tasks related to the investigation and characterization of HTRW and other environmental contaminants (including asbestos, lead-based paint, etc.). Interested firms should submit to the point of contact listed below, with the following information regarding their company. 1. Company Name, Address and Point of Contact including email address 2. Small Business status under NAICS 541330 -- Engineering Services 3. CAGE Code 4. Relevant work experience with similar projects. Please submit all information via email www.fbo.gov: Information must be submitted no later than 1400 hours, Alaska Standard Time, Tuesday, 8 April 2014. POC for this sources sought is Michael Suprenant @ 907-753-2555.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-14-R-0039/listing.html)
 
Place of Performance
Address: Primarily, Alaska and Pacific Rim, United States
 
Record
SN03319137-W 20140327/140325234258-c08237b3dabbe404252d9f32a65d88a6 (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.