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