SOURCES SOUGHT
R -- Advisory and Assitance Services
- Notice Date
- 1/5/2018
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Omaha, Attn: CENWO- CT, 1616 Capitol Ave, Omaha, Nebraska, 68102-4901, United States
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F-18-R-AAS
- Point of Contact
- John H. Tucker II, Phone: 4029952824, Jeff W. Wyant, Phone: 4029952071
- E-Mail Address
-
john.h.tucker@usace.army.mil, jeffrey.w.wyant@usace.army.mil
(john.h.tucker@usace.army.mil, jeffrey.w.wyant@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information (Sources Sought Notice) INDEPENDENT SYSTEMS ENGINEERING AND ACQUISITION SUPPORT TO THE DEPARTMENT OF DEFENSE This is a sources sought notice used for market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID. NO SOLICITATION IS CURRENTLY AVAILABLE. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of the submission of contractors' information. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Response to this Sources Sought notice is strictly voluntary and will not affect any firm or corporation's ability to submit an offer if and when a solicitation is released. There is no bid package or solicitation document associated with this announcement. The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. This notice is provided as information to the marketplace and is an invitation for an expression of interest and demonstration of small business capability to perform the anticipated work. The Omaha District, US Army Corps of Engineers is seeking qualified members of the Small Businesses Community (Small Businesses (SB) Small Disabled Small Business (SDB) Woman Owned Small Businesses (WOSB) Service Disabled Veteran Owned SB (SDVOSB) Historically Underutilized Business Zone (HubZones) and Section 8(a) Participants) or small business-led teams, and small business joint ventures and Other than Small (OTS) concerns that qualify under the proposed NAICS Code 541990 - All Other Professional, Scientific and Technical Services. This Sources Sought is open to all businesses, regardless of size. The proposed North American Industry Classification System (NAICS) code for this action is 541990 All Other Professional, Scientific, and Technical: This industry comprises establishments primarily engaged in the provision of professional, scientific, and technical services. The proposed acquisition will be for Advisory and Assistance Services procured using procedures defined in the Federal Acquisition Regulation (FAR) and FAR Supplements. This announcement is part of our market research, and your responses are sought to identify sources that have the knowledge, skills, and capability to perform the work. Interested contractors, including small businesses and small business-led teams that qualify under the proposed NAICS Code 541990 are hereby invited to submit a response to the market survey to demonstrate their technical, managerial and business capability to provide the requested services. All interested, capable, qualified and responsive contractors are encouraged to reply to this market survey request. The Government will consider firms that provide adequate capabilities in one or more of the five (5) primary categories of services, Environmental Restoration, Resource Conservation and Resiliency, Weapons Systems and Platforms, Energy and Water Sustainability, and Munitions Management. The categories are described below. Interested contractors are not required to possess capabilities to satisfy all of the requirements in order to provide a submission. Submissions may be provided to substantiate an organizations capabilities for any of the individual requirements that they may possess. Submissions will be utilized as market research to determine potential options for methods of procurement such as multiple awards, unrestricted, small business, set-asides, or other to best satisfy the Governments requirements as well as to maximize competition. It is anticipated that the Government will issue at least one firm fixed-price contract for the above services. The contract(s) will potentially be Single Award Task Order (SATOC) or Multiple Award Task Order Contract (MATOC) vehicles with a five year period of performance. The principal components of the work to be performed include: Independent System Engineering and Acquisition Support (ISE&AS) to the Office of the Secretary of Defense (OSD), Strategic Environmental Research and Development Program (SERDP)/ Environmental Security Technology Certification Program (ESTCP), Department of Defense (DoD), and the Services in their efforts to execute their environmental science and technology missions. A&AS is in support of current and new activities including, but not limited to, the following categories in support of research and program development: Environmental Restoration. Professional, scientific and technical advisory assistance services in support of: strategic technical evaluation and program planning, related to remediation of site contaminants, investigations, studies, system/process optimization, and for or related to the following aspects concerning environmental restoration: - Chlorinated Solvents - Energetics - Heavy Metals - Perchlorate - Polyfluoro Alkyl Substances - New and Emerging Contaminants - PAHs and PCBs - Range Assessment/Sustainment/Management - Technology Evaluation - Risk Assessment - Site Characterization Resource Conservation and Resiliency. Professional, scientific and technical advisory assistance services in support of: strategic technical evaluation and program planning, for or related to the following aspects of resource conservation and resiliency: - Climate Change Impacts - Natural Resources (Ecosystems Management and Ecological Modeling) - Facilities Management - Cultural Resources Weapons Systems and Platforms Professional, scientific and technical advisory assistance services in support of strategic technical evaluation and planning, for or related to the following aspects for technologies and processes concerning weapon systems and platforms: - Coating, De-coating - Heavy Metals Elimination - Propellants, Explosives, and Pyrotechnics - Engine and Noise Emissions - Ozone Depleting Substances and Volatile Organic Compounds - Waste Reduction and Treatment - Evaluation of Risk Associated with New and/or Emerging Chemicals/Materials/Systems/Platforms Energy and Water Sustainability. Professional, scientific and technical advisory assistance services in support of: strategic technical evaluation and planning, for or related to the following aspects for technologies and processes concerning energy and water systems and sustainability: - Energy Efficiency Technologies - Renewable Energy Systems - Energy and Water System Controls and Cybersecurity - Water Conservation Technologies and Systems Munitions Management. Professional, scientific and technical advisory assistance services in support of: strategic technical evaluation and program planning, for or related to the following aspects concerning munitions and munitions site assessment, detection, recovery, and management: - Wide Area Assessment - Planning and Support - Ground-based Detection - Underwater Detection - High Explosive and Nuclear Detection - Recovery and Disposal - Prevention In support of these mission elements, requirements may include support of the following general types: Strategic Evaluation and Planning, Technical Support to Program Offices, and Acquisition Support. Also included as coincident with this ISE&AS scope are any new activities/programs under the established SERDP/ESTCP mission elements that may be undertaken by or assigned to OSD or SERDP/ESTCP during the term of this contract. Specific work efforts will be defined in individual task orders that conform to this Scope of Work. SUBMISSIONS Capabilities and response submittals must be received no later than 2:00 PM Central Standard Time on 30 January 2018. Any information submitted is voluntary. 1. Interested firms having the capabilities necessary to execute any or all of the aforementioned Scope of Work requirements are highly encouraged to submit a capabilities statement package. The submission shall be prepared in Microsoft WORD 2000 or greater, not including the Cover Letter, single spaced, 10 point font minimum. 2. The Cover Letter shall include: the company name, point of contact, telephone, email, and internet address. Companies shall indicate whether or not they are a small business. If Small Business, state the business size status (i.e. Small Business (SB), Small Disadvantaged Business (SDB), Women -Owned Small Business (WOSB), Veteran Owned Small Business, Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (Hub Zone), Section 8(a)). Please indicate if your organization is registered in the System for Award Management (SAM) and provide Cage Code/DUNS number along with NAICS codes the organization is certified under. A SAM report (to include Representations and Certifications) may be included to satisfy this request. 3. The capability statement package should demonstrate and address the Scope of Work as described above and, if applicable, discuss current successful teaming arrangements, Joint Ventures, or Mentor-Protégé agreements held with other business concerns, large or small businesses, engaged in this type of work. 4. This procurement will be subject to stringent organization conflict-of-interest provisions. That is the respondent is not engaged in other activities or relationships which would make the respondent unable or potentially unable to render impartial assistance or advice to the Government, or the respondent's objectivity in performing the contract work is, or might be otherwise be impaired, or the respondent has an unfair competitive advantage. 5. Respondents will not be notified of the results of the market analysis and debriefings will not be available. It is the reader's responsibility to monitor the Fed Biz Ops website for any resultant or future solicitation package(s) that may be issued. 6. Results of the market research will be used to satisfy Parts 5, 10 and 19 and other applicable parts of the Federal Acquisition Regulation (FAR) and associated directives and guidance. Specifically, the results of the research will be used to analyze, evaluate, determine and document the capabilities and capacity of contractors to provide services as described in the Scope of Requirements. The information gathered may be used by the Government in a variety of ways such as to document formal acquisition plans, prepare benefit and cost-type determination and justifications, and to determine industry best practices, technical and acquisition approaches. This is a sources sought synopsis to be used in planning a future acquisition, please do not send in any cost proposals or cost information. Request for proposals, if and when issued, will be available via the Internet at www.fedbizopps.gov. As such, it is the potential offerors responsibility to monitor the above mentioned sites for the release of any additional information. SUBMITTAL SPECIFICS: Include in the firm's submittal information concerning the below: 1. Has the firm has submitted proposals for U.S. Dept. of Defense/U.S. Dept. of Energy contracts in the past 12 months in the following capacity(s)? - Prime Contractor performing at least 51% of the work - Teaming Arrangement - Approved Joint Venture - Subcontractor - Approved Mentor/Protégé Agreement - Other (specify) 2. Has the firm has been awarded a Contract/Delivery Order/Task Order for support to U.S. Dept. of Defense or U.S. Dept. of Energy in the past 12 months? 3. Is the firm is capable of performing work anywhere in the U.S. including U.S. Territories? 4. Has the firm has been audited by the Defense Contract Audit Agency (DCAA)? If yes, please provide the date of the most recent audit. 5. Extensive and broad knowledge and high-level (Agency-wide/Headquarters) technical and management expertise in the environmental field is required in support of this notice. Provide any documentation supporting historical work conducted in any of the areas below within the last three years: - OMB Circular A76 - Demilitarization of Conventional Ammunition - Chemical Demilitarization - Acquisition Support Capable of Performing - Resource Conservation and Resiliency - Logistical Support - Environmental Restoration and Regulatory Compliance - Sustainable Infrastructure - Weapon and Energy Systems and Platforms - Munitions Management - Field Operations - Strategic Evaluation and Planning 6. A high degree of technical and management expertise in the environmental field may be necessary to support science and technology programs for the DoD Environmental Mission. Provide any documentation supporting historical work conducted in any of the areas below within the last three years: - High Level (Agency-wide/Headquarters) Strategic Planning and Guidance Support - Program and Policy Analysis and Decision-making Support - Systems Engineering/Evaluation and Program Integration Support - Regulatory Issue Evaluation and Resolution Formulation Support - Systems Evaluation/Development/Guidance for Business Processes and Integration Support - Independent Analysis and Conflict-free Review and Assessment of Products/Services produced by other firms - Experience in the Independent Analysis and Conflict-free Review and Assessment of Solicitations and Proposals produced by other firms 7. Capabilities and expertise in the environmental, engineering, and scientific fields to support the DoD Environmental Mission. (7a) Past projects/experience the firm has performed. Please provide a minimum of two (2) previous projects up to a maximum of ten (10) projects which the firm has conducted within the past seven (7) years, related to the principal components of work as detailed in above, which involve the categories of research and program development areas and their associated aspects. Also, include if your firm acted as prime or sub on the work, and include the dollar amount and percentage of work which the firm performed on the project, the overall percentage complete on the project, and time period in which the work was performed. (7b) Provide any documentation to support capabilities in the below areas: - Technical and Scientific Evaluation for State of the Art Technology Proposals and Demonstrations for Studies/Research - Strategic Integration of Remedial Processes and Procedures across Services/Agencies - Evaluation of Processes/Waste Streams of Weapon Systems and Platforms - Evaluation and Optimization of Remedial Technologies, Detection Systems, and Processes for Munitions/Weapon Systems/Platforms - Risk Assessment Evaluation and Analysis for Human Health and the Environment, for Systems, and for Economic Risk - Evaluation and Optimization of Remedial Systems, System Performance, Processes, Investigative Techniques, Sampling, and Monitoring - Evaluation and Guidance Development for Emerging Systems/Processes/Materials/Contaminants 8. Broad engineering, scientific, and management expertise in various environmental areas may be required to support the DoD Environmental Mission. Provide documentation to support capabilities in the below areas: - Educational Training - Environmental Compliance Assessments - Environmental Documentation (EA, EIS) - Environmental Master Planning - Environmental Management Systems (EMS) - Environmental Quality and Compliance Planning - Expert Witness - Geographical Information Systems (GIS) - Government Property Management and Control - Historical Record Review - Public Relations Planning - Seismic Evaluation for Existing and New Designs/Structures - Site Security - Waste Management - Restoration and Advisory Board or Public Meeting Support - Restoration Process Reviews and Optimization - Logistical, Medical, and Security Support - Water Resources Management Program - Oil and Hazardous Substances Spills - Hazardous Materials Management - Hazardous and Solid Waste Management - Energy Audits/Surveys/Corrective Action - Air Program Support. - Environmental Noise Management Program - Asbestos Management - Radon Reduction Program - Pollution Prevention - Formerly Used Defense Site Program - Environmental Quality Technology Program - Natural and Cultural Resources Management - Conservation Quality - Threatened and Endangered Species Surveys/Management Plans 9. Many of the agencies and installations that are served by USACE have restoration programs regulated under the Resource Conservation and Recovery Act (RCRA) program. Please indicate the firm's level of experience with the RCRA program as Prime or Subcontractor. 10. Many of the agencies and installations that are served by USACE have restoration programs regulated under the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) program. Please indicate the firm's level of experience with the CERCLA program as Prime or Subcontractor. 11. If your firm is any type of small business designation, please provide a narrative on your firm's capabilities to provide at least 50% of the personnel costs as required by FAR Clause 52.219-14. Responses to this announcement will be sent electronically to john.h.tucker@usace.army.mil and jeffrey.w.wyant@usace.army.mil Responses should be limited to no more than 25 pages. If you are unable to send the information via e-mail, you may mail it to the address below. All mailed documents must include a return address on the outside envelope to be accepted. US ARMY CORPS OF ENGINEERS CONTRACTING DIVISION - CECT-NWO ATTN: John Tucker or Jeff Wyant 1616 CAPITOL AVENUE OMAHA, NE 68102-4901 Questions should be directed to John Tucker at 402-995-2824 or Jeff Wyant at 402-995-2071 or via e-mail at the addresses above. PLEASE BE ADVISED THAT ALL INFORMATION SUBMITTED WILL BE CONSIDERED PROCUREMENT SENSITIVE.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-18-R-AAS/listing.html)
- Place of Performance
- Address: Nationwide, Omaha, Nebraska, 68123, United States
- Zip Code: 68123
- Zip Code: 68123
- Record
- SN04782534-W 20180107/180105230813-6a6f2e076468ae1a0d003088d97aa7ec (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 |