Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2017 FBO #5720
SOURCES SOUGHT

R -- Hazardous Toxic and Radioactive Waste (HTRW) Architect Engineer Contracts

Notice Date
7/20/2017
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, New England, 696 Virginia Road, Concord, Massachusetts, 01742-2751, United States
 
ZIP Code
01742-2751
 
Solicitation Number
W912WJ17X0020
 
Point of Contact
Robert Garrahan, Phone: 9783188814
 
E-Mail Address
Robert.C.Garrahan@USACE.Army.mil
(Robert.C.Garrahan@USACE.Army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S Army Corps of Engineers (USACE), New England District is issuing a Sources Sought Announcement for Indefinite Delivery/Indefinite Quantity for Hazardous, Toxic and Radioactive Waste (HTRW) Architect/Engineer Contracts to determine the interest, availability and capability of 8(a), HUBZone, Service-Disabled Veteran-Owned, Women-Owned, and Small Business concerns. The NAICS code for the work described below is 541330 with a size standard $15,000,000. Work would begin late 2018 for a period not to exceed five years. The intent is to award 8 contracts with a total contract value between $40,000,000 to $50,000,000. The location of the work to be performed under this contract shall be primarily in the six New England States (ME, NH, VT, MA, CT, and RI) but will also include all other states and districts covered by the U.S. Army Corps of Engineers North Atlantic Division's (NAD's) mission areas (NY, PA, NJ, DE, MD, VA, WV and the District of Columbia). The work involves performing Investigations, Feasibility Studies and/or Remedial Designs at hazardous, toxic and radioactive waste sites that are being addressed through EPA's Superfund Program, the Department of Defense's Base Realignment and Closure Program, the US Army Corps of Engineers' Formerly Used Defense Site Program, and other Interagency Support Customers. Typical projects involve the investigation and assessment of site contaminants and the determination of effective remedial designs to address site risks to human health and the environment. The investigations focus on establishment of the impacts and extent of contaminants in sediment, overburden, bedrock, groundwater, surface water, air, and other site infrastructure leading to design of actions typically required to remediate sites (e.g., evaluation, application and performance assessment of innovative treatment technologies, ground and surface water treatment/restoration, capping, earth support systems, excavation, site restoration, transportation and disposal, vapor intrusion mitigation, etc.). Interested firms must demonstrate capability performing work under all phases of the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) as well as an ability to provide licensed professionals under the applicable state regulations. Interested firms should submit a capabilities package to include business classification (i.e. 8(a), HUBZone, etc.), staff size, primary area(s) of contractor's expertise, resumes of key personnel, and examples of projects illustrating the requirements stated above. The package must identify the nature of work performed by the firm, percentage of overall work self-performed by the firm and features of work performed by team subcontractors. The firm should also describe their in-house capabilities to accomplish the above stated work requirements. In accordance with requirements of FAR Clause 52.219-14, whereby "at least 50% of the cost of contract performance incurred for personnel" must be expended for employees of the prime firm, respondents are to indicate and demonstrate their ability to perform at least 50% of the work required under this proposed contract, based on the work described above for work in the six New England states. Also describe the plan/method to be used in selection of subcontractors for disciplines not provided by in-house resources to ensure appropriate level of experience and quality of work. Responses are required no later than August 17, 2017. Responses should be addressed to the U.S. Army Corps of Engineers, New England District, 696 Virginia Road, Concord, MA 01742-2751, Attn: Robert C. Garrahan, Robert.C.Garrahan@USACE.army.mil. Responses are limited to twenty-five pages. Firms interested shall provide the above documentation in one original form, one copy and one electronic form (DVD or CD). Note: Flash drives/USB will not be accepted. The Government will not pay for any material provided in response to this market survey nor return the data provided. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. The results of this survey will be considered to be in effect for a period of one year from the date of this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ17X0020/listing.html)
 
Place of Performance
Address: New England District, USACE, Concord, Massachusetts, 01742, United States
Zip Code: 01742
 
Record
SN04588936-W 20170722/170720235728-b1541b32b5c0c3cfb496f9054617b1ec (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  © 1994-2020, Loren Data Corp.