Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 27, 2016 FBO #5178
SOLICITATION NOTICE

F -- Environmental Activities at Various Locations and Areas within the Responsibility of the Pacific Rim District for Honolulu

Notice Date
1/25/2016
 
Notice Type
Presolicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE HNC, Huntsville, P. O. Box 1600, Huntsville, Alabama, 35807-4301, United States
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-15-R-0240
 
Archive Date
2/16/2016
 
Point of Contact
Kimberly Robinson, Phone: 2568951151
 
E-Mail Address
Kimberly.M.Robinson@usace.army.mil
(Kimberly.M.Robinson@usace.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
The U.S. Army Engineering and Support Center, Huntsville (CEHNC) will be soliciting proposals on a 8(a) Set Asides basis for Environmental Activities at Various Locations and Areas within the Responsibility of the Pacific Rim District for Honolulu under solicitation number W912DY-15-R-0240. For this acquisition, CEHNC proposes to award Single Award Task Order Contract (SATOC)/Indefinite Delivery/Indefinite Quantity (IDIW) Firm Fixed-Price (FFP) contract. This is not a Request for Proposal (RFP). It is anticipated that a RFP will be issued approximately 15 days after the release of this announcement. CEHNC is seeking one 8(a) Business contractor to provide environment services for the Honolulu District. The firm selected for this task order shall have experience in working within the Pacific Rim and should be knowledgeable in the regions geology, hydrogeology, biology, historic preservation, and sociology. The objective of the SATOC is to effectively execute the requirements of the task order; addressing the environmental laws/regulations and issues specific for this region and complete the below specific tasks. The services may also include but not be limited to furnishing labor, transportation, equipment, material, supplies and supervision to perform each task specified in individual orders. The contractors shall, under the performance work statement (PWS in each task order do the following tasks: a. Community involvement/public relations: Have experience in performance of community involvement and public relations in the Pacific Rim and can demonstrate the capabilities needed to communicate with native populations that are specific to the areas within the Pacific Ocean Division. b. Archeological and Biological Studies. Have experience in identification, and performing and preparing subject reports for the archaeological/biological/ecological monitoring plans, reconnaissance survey and monitoring reports for specific species that are native to this area. The firms selected for this SATOC should also have experience with the State Historic Preservation Office (SHPO) laws and identification of archaeological artifacts found in these areas and mitigation measures utilized for preservation of these items. For each submittal the contractor will be responsible for preparing a plan that is acceptable to the government and regulatory agency. The contractor should identify any rare, threatened and endangered species, critical and or sensitive habitats, or cultural significant features that are present on the projects and assist the contractor and the government to mitigate any adverse impacts from occurring during the field work. The contractor is responsible for documenting the results in a monitoring report that provides the details of the field reconnaissance. c. Human Health and Ecological Risk Assessments. The firms should have experience with conducting human health and ecological and risk assessments and conducting screening of specific potential chemicals of concern in accordance with USACE and the USEPA RAGs. Environmental Investigations and Planning Studies. The firms selected for this task order shall be experienced with the requirements of state, local, territory, USACE and EPA requirements for performing site assessments, site investigations and characterization, planning studies and the preparation of master plans and housing studies, AST/UST and the associated appurtenance removals, disposal requirements, asbestos removals, installation and abandonment of monitoring wells and preparing environmental permits specific for these regions, performing environmental and emergency response, and are experienced in bioremediation, innovative technology methods, green and sustainable technology and methodologies. The SATOC/IDIQ contract will have an ordering period of five years (two-year base period and three one-year option periods) with a maximum total value of $3.6 million. The intent is to award one contract to the most highly qualified 8(a) business and responsible offeror whose proposal is determined to be the "Best Value" to the Government, price and other factors considered by the Source Selection Authority (SSA). Detailed ordering procedures will be included in the solicitation to specify the circumstances for issuing task orders. Under the contract, task orders will be awarded as Firm Fixed-Price and these task orders will be subject to the Services Contract Act (SCA). The RFP will be available electronically at https://www.fbo.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-15-R-0240/listing.html)
 
Place of Performance
Address: Pacific Rim District for Honolulu, United States
 
Record
SN04000101-W 20160127/160125234057-a031ecd6769a72048a1f996c5c1feead (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.