SOLICITATION NOTICE
B -- Biological, Environmental,Cultural Resources (BECR) Planning Services IDIQ
- Notice Date
- 3/1/2016
- Notice Type
- Presolicitation
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, New York, Attn: CENAN-CT, 26 Federal Plaza, New York, New York, 10278-0090, United States
- ZIP Code
- 10278-0090
- Solicitation Number
- W912DS-16-R-0004
- Archive Date
- 3/31/2016
- Point of Contact
- Mohenda R. Surage, Phone: 9177908088
- E-Mail Address
-
mohenda.r.surage@usace.army.mil
(mohenda.r.surage@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Corps of Engineers, New York District intends to issue a Request for Proposal (RFP) seeking to award an Indefinite Delivery/Indefinite Quantity (IDIQ) services contract to provide all labor, supplies, materials, laboratory services, transportation and equipment necessary to conduct required biological, environmental and cultural resources studies on a multiple task order basis. Work will include, but not be limited to: the preparation of Environmental Assessments/Environmental Impact Statements and supporting studies and field surveys; monitoring; impact assessment modeling; wetland delineations; hazardous, toxic and radioactive waste Phase I and II assessments; soil testing; air and water quality studies; endangered and threatened species field studies; essential fish habitat investigations; terrestrial and underwater archaeological studies; historic architecture assessments; and public involvement activities. The 40-hour HAZWOPER training and/or 8-hour refresher certification will be required for some personnel categories. The procurement strategy will be 100% set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The North American Industry Classification System (NAICS) code is 541620. The business size standard is $15,000,000 for the preceding three fiscal years. The respondent(s) must also be registered as an SDVOSB in the System for Award Management. The IDIQ will span five years and has a ceiling of $8,000,000 for all five years. The Scope of Work for Solicitation will be available on or about 15-March-2016. Proposals will be submitted to the U.S. Army Corps of Engineers, Contracting Division, Room 1843, 26 Federal Plaza, New York, NY 10278 on or about 15-April-2016. All questions must be submitted in writing via email to Mohenda Surage at Mohenda.Surage@usace.army.mil and nydcontracting@usace.army.mil. The media selected for issuance of Synopsis/Solicitation and amendments shall solely be at the discretion of the Government; accordingly, the media utilized for this project shall be the internet. Paper copies of this solicitation and amendments, if any, will not be available or issued. Source selection procedures will be in accordance with all current FAR, EFAR, DFAR and AFAR provisions. The Lowest Price Technically Acceptable method will be used for the acquisition. Technical proposals will be evaluated by a Technical Evaluation Board. Proposals will be evaluated for compliance with the technical requirements of the solicitation. In accordance with DFARS 252.204-7007, all vendors who want access to the solicitation must be registered with System for Award Management (SAM), located at https://www.sam.gov/portal/public/SAM/ and Federal Business Opportunity (FedBizOpps), located at http://www.fbo.gov, in order to safeguard acquisition-related information for all Federal Agencies. Interested parties may download and print the solicitation at no charge from the FedBizOpps website http://www.fbo.gov. Some contractor tools are as follows: 1. Register to receive Notification, and 2. Subscribe to the Mailing List for specific solicitations at Federal Business Opportunities (www.fbo.gov) or utilize the Vendor Notification Service in ASFI (https://www.acquisition.army.mil/asfi). FedBizOpps directs vendors to hyperlinks for Federal Business opportunities, such as solicitations, plans, specifications, and amendments. Check www.fbo.gov frequently for information and updates. Project specification files and drawings are portable document files (PDF). The Office of the Under Secretary of Defense (Acquisition Technology & Logistics (OUSD{AT&L}) A Guide to Collection & Use of Past Performance Information dated 2003 and FAR Part 36 requires the collection and use of past performance information (PPI) in acquiring best-value goods and services. FAR Subpart 36.3 and DFARS Subpart 236.2 mandate the use of Contract Performance Assessment Reporting System (CPARS) by all DoD agencies. CPARS is located at: https://www.cpars.csd.disa.mil. More definitive guidance and instructions will be incorporated in the solicitation and resultant contract. For further information, contact: Mohenda Surage, Contract Specialist, U.S. Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, New York, NY 10278-0090. Telephone: 917-790-8177 E-mail: Mohenda.Surage@usace.army.mil and nydcontracting@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-16-R-0004/listing.html)
- Record
- SN04035279-W 20160303/160301234459-afa2b0ad668e84c5b26a3da1ac9c2293 (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 |