|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 12,1996 PSA#1656USAED, SACRAMENTO, CONTRACTING DIVISION, 1325 J STREET, SACRAMENTO CA
95814-2922 F -- BRAC ENVIRONMENTAL SERVICES, SOUTH PACIFIC DIVISION, CA. SOL
DACA05-96-R-0044 DUE 100196 POC Plan Room FAX: (916) 557-7842. Contract
Specialist Ron Donez (916) 557-5193. or FAX (916)557-7854. Contracting
Officer Linda Hales. (Site Code DACA05) The Government intends to
award an indefinite-quantity, indefinite-delivery service contract to
support Base Realignment and Closure (BRAC) actions and other services
within the US Army Corps of Engineers' South Pacific District
boundaries (California, Nevada, Utah and Arizona) and proposed revised
military boundaries (these states plus Hawaii and the Far East).
However, to support DOD major commands and other Federal agencies, work
may be required though the remainder of the contiguous US as well as
Alaska. Services will consist of, but not necessarily be limited to,
the following: 1. BRAC studies and documentation (environmental
baseline surveys, Findings of Suitability to Lease, Findings of
Suitability to Transfer, Reports of Availability, infrastructure
reports, master scheduling of BRAC environmental and tenant
activities); 2. NEPA and environmental studies (environmental impact
statements, environmental assessments, cultural resources surveys,
wetland delineations, biological specimen sampling); 3. Hazardous
materials work (radiological/asbestos/lead-based paint surveys, air and
water sampling/analysis, sampling and analysis for chemical agents,
PCB, pesticides and radon); 4. Planning and miscellaneous (master plans
and analysis, map digitizing, air/water/sewer permitting applications,
facilitation of public involvement efforts). The contract will have a
basic contract period of 365 calendar days after award with three
option years (options to be exercised at the discretion of the
Government). The contract, inclusive of all options, will not exceed $4
million. The not- to-exceed amount will be distributed evenly among the
base period and options. The minimum guaranteed amount of the base year
is two percent (2%) of the not-to-exceed amount; the minimum amount for
each option is one percent (1%) of the not-to-exceed amount. As the
need for services under this contract arises, the Government will issue
individual task orders with specific Scopes of Work describing the
requirement. The acquisition method is negotiated procurement. A
technical and cost proposal will be required. Evaluation by the
Government will result in selection of the firm that represents the
most advantageous offer to the Government based on technical merit,
price/cost and other pertinent factors. The SIC code for this
acquisition is 8999 with a size standard of $3.5 million. This
acquisition is 100% set aside for small businesses. The solicitation
must be ordered by the cutoff date of 23 Aug 96 to insure receipt.
Orders received after the due date will not be honored. There is no
charge for the solicitation, however only one set is available per
offeror as there are only a limited number available. The solicitation
will be mailed out on or about 30 Aug 96. Requests may be submitted by
mail or in person to: USAED Sacramento (Attention: Plan Room), 1325 J
Street, Sacramento, CA 95814-2922. Do not address your request to the
Contract Specialist as this will delay your order. Firms are requested
to provide their name, street and mailing address, telephone and fax
number, and the project solicitation number. All responsible small
business sources may submit a proposal which will be considered by the
agency. See Note 26. (0221) Loren Data Corp. http://www.ld.com (SYN# 0036 19960809\F-0002.SOL)
F - Natural Resources and Conservation Services Index Page
|
|