Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 27, 2017 FBO #5664
MODIFICATION

F -- MULTIPLE AWARD TASK ORDER CONTRACT TO PROVIDE THIRD PARTY BLIND VALIDATION SEEDING AND ADVANCED GEOPHYSICAL CLASSIFICATION (AGC) DATA COLLECTION AND PROCESSING TO SUPPORT THE SOUTH PACIFIC AND SOUTHWESTERN DIVISIONS

Notice Date
5/25/2017
 
Notice Type
Modification/Amendment
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Albuquerque, Attn: CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque, New Mexico, 87109-3435, United States
 
ZIP Code
87109-3435
 
Solicitation Number
W912PP17R0011
 
Archive Date
6/17/2017
 
Point of Contact
Erica Talley, Phone: 5053423223
 
E-Mail Address
erica.m.talley@usace.army.mil
(erica.m.talley@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE For W912PP-17-R-0011 MULTIPLE AWARD TASK ORDER CONTRACT TO PROVIDE THIRD PARTY BLIND VALIDATION SEEDING AND ADVANCED GEOPHYSICAL CLASSIFICATION (AGC) DATA COLLECTION AND PROCESSING TO SUPPORT THE SOUTH PACIFIC AND SOUTHWESTERN DIVISIONS This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM 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. The U.S. Army Corps of Engineers - Albuquerque District has been tasked to solicit for and award a Multiple Award Task Order Contract (MATOC) to provide Third Party Blind Validation Seeding and Advanced Geophysical Classification (AGC) Data Collection and Processing to support the South Pacific Division (SPD) and the South Western Division (SWD) and their customers. Projects will primarily be located in the western U.S. but may also be nationwide. The contracts awarded will include performance based, firm-fixed price features for a wide range of environmental services at various known or suspected Military Munitions Response Sites (MRS) and Hazardous and Toxic Waste (HTW) sites. In general, the task orders awarded off of these IDIQs will be to support the USACE with AGC oversight activities on an existing, separate contract. Consequently, Contractors attached to the primary environmental remediation contract for those existing, separate contracts shall not be eligible to submit a proposal for one of these AGC seeding task orders. Furthermore, in order to be eligible to propose on one of these seeding task orders under the these planned IDIQs, the contractor, or subcontractor in charge of performing the work, MUST be accredited in accordance with the Digital Advanced Geophysical Classification Accreditation Program (DAGCAP). DAGCAP accreditation and AGC requirements shall be in compliance with the OSD Policy Memo dated 11 April 2016 and the Formerly Used Defense Site (FUDS) AGC Policy Memo dated 6 January 2017. A company awarded one of the targeted MATOC IDIQs can still be in the process of acquiring accreditation, but cannot perform and AGC seeding work before being accredited. Minimum capabilities required for this IDIQ contract include various types of field and office activities. All work will be performed in accordance with any and all applicable rules, regulations, and guidelines. Any and all guidance identified within each specific task order will be followed. Typical task order examples may include (in no particular order) the following; however, this list is not intended to be all inclusive: • Standard Operating Procedure Development • Work Plan or UFP-QAPP Development • Professional Surveying • Other standard Military Munitions Response Program (MMRP) document preparation • Procurement of seeds • Geophysical equipment rental or supply • UXO technician support (primarily escorting and anomaly avoidance) • Intrusive Investigations • Field Personnel • Field Vehicles • Biological Escort • Advanced Geophysical Classification Data Collection • Advanced Geophysical Classification Data Processing The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform the Third Party Blind Validation Seeding and Advanced Geophysical Data Collection and Processing except for those items specified as Government furnished property and services. The contractor shall perform to the standards specified in the contract requirements. The Albuquerque District has the intent to solicit and award a target of five (5) to seven (7) IDIQs from this solicitation for a base period of one (1) year with four one (1) year option periods to a possible combination of Small Businesses, 8(a) Small Businesses, and offerors on an unrestricted basis. At least three IDIQs will be set aside for Small Business. The proposed project will be a competitive, firm-fixed price contract procured in accordance with FAR 15, Negotiated Procurement using a Best Value trade-off process, however, the results and analysis of the market research will finalize the determination of procurement method and type of set-aside decision. All firms responding to this solicitation MUST identify the category(s) for which they wish to be considered. Firms should state the word UNRESTRICTED or SMALL BUSINESS in their response. 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), Woman-Owned Small Business (WOSB), Economically Disadvantaged Woman-Owned Small Business (EDWOSB) and Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. The North American Industry Classification System code (NAICS) for this procurement is 562910 which as a small business size standard of 750 employees. The Federal Supply Code (FSC) is F999. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 50% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is on or about 07 July 2017, and the estimated proposal due date will be on or about 07 August 2017. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov. Firm's response to this Synopsis shall be limited to 10 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address 2. Firm's experience on projects of similar scope that include the work listed in this Sources Sought Notice (include firm's capability to execute comparable work performed within the past five (5) years 2a. Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples 3. Firm's experience with the minimum capabilities listed in this Sources Sought Notice 4. Firm's status regarding DAGCAP accreditation 5. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, 6. Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable Interested Firms shall respond to this Sources Sought Synopsis no later than 02 June 2017, 5:00PM MDT. All interested firms must be registered in SAM to be eligible for award of Government contracts. Email responses to erica.m.talley@usace.army.mil. Firms responding to this sources sought synopsis who fail to provide ALL of the required information requested will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought synopsis. NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS. If inadequate responses are received, this solicitation may be issued for full and open competition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA47/W912PP17R0011/listing.html)
 
Place of Performance
Address: Primarily be located in the western U.S. but may also be nationwide., Albuquerque, New Mexico, 87109, United States
Zip Code: 87109
 
Record
SN04522927-W 20170527/170526001322-31ec12eea7aa67d73f1f50b09361c718 (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.