Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 15,1996 PSA#1595

USAED, SACRAMENTO, CONTRACTING DIVISION, 1325 J STREET, SACRAMENTO CA 95814-2922

F -- INDEFINITE DELIVERY CONTRACT FOR ENVIRONMENTAL SERVICES INCLUDING BASE REALIGNMENT & CLOSURE (BRAC) ACTIONS AT VARIOUS MILITARY & CIVIL WORKS PROJECT LOCATIONS WITHIN SOUTH PACIFIC DIVISION SOL KCTMIL-6131-6001 POC Send written responses to Contracting Division, ATTN: Susan Pierson. Questions may be directed to Ms. Pierson by FAX at (916)557-7854. (Site Code DACA05) This is not a request for proposal (RFP) or an invitation for bid (IFB) nor does the Government make any commitment that any procurement activity will follow. Solicitations are not available nor does the Government intend to pay for information sought. The Sacramento District Corps of Engineers is seeking to identify sources that can provide miscellaneous environmental resources services and studies dealing with environmental resources and issues related mainly to military base realignment and closure. Primary services sought include 1) preparation of property transfer/outgranting documents such as basewide and site specific environmental baseline services; environmental site assessments phases I, II and III; findings of suitability to lease (FOSL); findings of suitability to transfer (FOST); reports of availability (ROA); infrastructure and facility engineering reports including condition surveys and estimates of value; legal description of property to be transferred including boundary surveys; training and assistance to others in the aforementioned processes. Other services which may be required include: 2) National Environmental Protection Act related services including environmental impact statements and records of decision; environmental assessments and findings of no significant impact; and records of environmental consideration; 3) Hazardous Waste Surveys and Studies including waste minimization; radiological surveys; asbestos surveys; lead- based paint surveys; contamination clean-up procedures reports; geotechnical reports; RCRA closure plans; air quality sampling, analysis, monitoring, and data analysis/interpretation; water quality sampling, analysis, monitoring, and data analysis/ interpretation; ecological risk assessments and human health risk assessments; underground storage tank removal design; identification, sampling, investigation and risk assessment of pesticides/rodenticides, chemical agents, PCB and radon; 4) Miscellaneous environmental resources studies and reports including fact sheets or data reports on environmental issues; environmental planning studies; master plans including land use and land use plan analysis and compatibility analysis; map digitizing for geographic information systems; historical record and literature searches; socioeconomic analysis and esthetics analysis; wetland delineations/mapping and reports; impact mitigation measures; habitat improvement analysis; species or habitat maps, mitigation/monitoring plans, habitat enhancement plans and design for restoration; noise analysis; biological specimens; traffic analysis; and 5) various coordination and regulatory compliance efforts to include permit applications; regulatory coordination and compliance; and facilitation of public involvement efforts. The Government expects to issue one or more indefinite delivery indefinite quantity firm-fixed price contracts for services by negotiated procurement at a future date. The contracts may include one basic year and up to three option years to be exercised at the discretion of the Government. Contract limits may be approximately $2,000,000 per year per contract. If as a result of evaluation of the responses to this notice, the Government decides to set aside any future solicitation for small business responding firms will be required to demonstrate ability and intent to comply with the requirements of FAR 52.219-14 Limitations on Subcontracting which states in part By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for services (except construction), at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern. This FAR clause would be part of the terms and conditions of the resultant contract. Firms with the ability to furnish the abovementioned types of services are encouraged to submit a written statement and examples of projects performed which include the services described herein. Firms should submit project examples completed primarily by in-house forces, subcontractor information is not desired at this time. Graphical or matrix style format is acceptable. Responding firms are requested to provide the following information: 1) Indicate whether the firm is a large or small business under SIC code 8999 ($3,500,000) and if a small business, whether the firm is a small disadvantaged business or a woman-owned business. 2) Provide up to two examples of recent projects (past 3 years) for each type of services the firm has capability to provide, including project title and location, owner, duration, performance dates, contracted dollar amount and brief description. One project example may include more than one service described above. 3) Indicate the dollar volume of workload the firm has the capacity to provide the Sacramento District on a yearly basis. 4) Indicate whether the firm has capability to respond to projects located throughout the Sacramento District (States of CA, UT, NV, AZ) and state the location of the office intended to manage the future contract, if selected. 5) If the firm is a small business (including SB, SDB, WO-SB and 8(a) firms) and intends to propose to future solicitations as a prime contractor, so indicate in your response and clearly demonstrate that your firm has the capability and experience necessary to meet the requirements of FAR 52.219-14. All submissions should be received not later than fifteen (15) days after publication of this notice. Oral or facsimile responses will not be accepted. The Government will evaluate all responses and issue an announcement of solicitation (if the decision is made to go forward with the procurement) which will indicate whether the procurement is unrestricted or set-aside for small business. This synopsis is for planning purposes only and is not to be construed as a commitment by the(0134)

Loren Data Corp. http://www.ld.com (SYN# 0043 19960514\F-0002.SOL)


F - Natural Resources and Conservation Services Index Page