Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 19, 2018 FBO #6021
SOURCES SOUGHT

99 -- BioEnvironmental Services

Notice Date
5/17/2018
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU18R0044
 
Archive Date
6/13/2018
 
Point of Contact
Akiba Muldrow, Phone: 8178861025
 
E-Mail Address
akiba.t.muldrow@usace.army.mil
(akiba.t.muldrow@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. NO SOLICITATION IS CURRENTLY AVAILABLE. A Market Survey is being conducted to determine if there are adequate Small Businesses, HUBZone, 8(a), Women Owned, or Service Disabled Veteran Owned Business contractors for the following proposed contract: Single Award Task Order Contract (SATOC) for BioEnvironmental Services in support of the U.S. Army Corps of Engineers (USACE), Philadelphia District. USACE, Philadelphia District, is establishing a continuing program of intermittent biological, environmental and chemical investigations at various locations on Federally owned projects and in areas (Federally and privately owned) that are under study for proposed Federal projects or Federally-licensed projects. The work contained herein pertains to the full spectrum of marine and navigable waterways and associated tributary and wetland functions assigned to the Environmental Resources Branch including Project-oriented engineering and science, and environmental analysis supporting major District elements involved in advanced and continuing planning, operations and maintenance, regulatory functions, and resource and floodplain management. Services required may include documentary research, field investigations, documentation, laboratory and data analysis, chemical sampling, assessment of project impacts, development of mitigation plans, agency coordination, cultural investigations, benthic sampling, and all phases of report production. Services may be required on short notice, necessitating close contact between the Contractor and personnel in the District Office. Services may be required anywhere within the geographical area of responsibility of the Philadelphia District Corps of Engineers. The Philadelphia District's five-state area encompasses nearly 13,000 square miles of the Delaware River Basin, including most of Delaware, eastern Pennsylvania, western and southern New Jersey, a portion of northeastern Maryland at the Chesapeake and Delaware Canal, and several counties in the western Catskills area of New York at the headwaters of the Delaware River. In some cases, the contractor may also be asked to perform tasks outlined in the SOW for other Corps Districts within the North Atlantic Division. These Districts include New York, New England, Norfolk and Baltimore. The Contractor shall furnish all labor, materials, equipment, supplies, transportation and services required to accomplish the work described herein and in subsequent task orders under this contract. The Principal Investigator (PI) shall be responsible for all work performed and shall be the point of contact between the Contractor and the Contracting Officer Representative (COR). This Scope of Work does not grant the Contractor the exclusive right to provide environmental services for the Philadelphia District; similar services may be obtained from sources other than the Contractor at the discretion of the District The period of performance shall be for a base year of 12 months plus 4 option years. The total for the base and all option periods shall not exceed $10,000,000.00. NAICS for this project is 541690 with a size standard of $15.0 million. DISCLAIMER: This Sources Sought is issued solely for information and planning purposes and does not constitute a Request for Proposal or a promise to issue a Request for Proposal in the future. This Sources Sought is for information, planning, and market research analysis only; therefore, it is not to be construed as a commitment by the Government to procure at this time. This Sources Sought is not a formal solicitation nor is it a request for proposals (RFP). Any formal solicitation will be announced separately. This request does not commit the Government to contract for any supply or service. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this Sources Sought. All information received in response to this Sources Sought that is marked Proprietary will be handled accordingly. Responses to the Sources Sought will not be returned. In accordance with (IAW) FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this Sources Sought. Response to this RFI from industry is strictly voluntary. RESPONSE FORMAT The Government requests that your firm select and describe current, successful contract actions or have actions completed within two years that accurately represent the technical, operational, and management capabilities applicable to this effort. Responses to the subject areas below by letter designation are requested to assist in assessing the depth and range of businesses with the interest, requisite skills and past performance to meet the requirements. A. A. Contractor Identification Data, to include: 1. Contractor data (Name, Address, Zip Code) 2. Cage Code 3. DUNS 4. Contract numbers 5. Dates of contract performance 6. Socioeconomic designation B. Provide a short Executive Summary of your company's prime area of business (No more than one page at 12 pitch for each contract the aforementioned work is performed). Start each description with the contract number and the government Contracting Officer's name, e-mail address and phone number. C. Provide the name, position, address and phone number of your firm's central point of contact for the submitted information in the event clarification of your firm's capabilities is warranted. D. Small Business should include a statement assuring the capacity of the firm to accomplish multiple task orders within time and cost limitations for these requirements. E. Each submission should not exceed 5 pages total. POINT OF CONTACT Responses should be sent via email to Akiba Muldrow at Akiba.t.muldrow@usace.army.mil not later than 12:00 p.m. EST on or before May 29, 2018. No other notification to firms for this project will be made.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU18R0044/listing.html)
 
Record
SN04926705-W 20180519/180517231105-6d6505ac278cf4df3fe6ca080895e1ed (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.