Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 18, 2000 PSA #2708
SOLICITATIONS

B -- BIOLOGICAL, ENVIRONMENTAL AND CULTURAL RESOURCES

Notice Date
October 16, 2000
Contracting Office
US Army Corps of Engineers, New York District, Attn: CENAN-CT, 26 Federal Plaza, Rm 1843, New York, N.Y. 10278-0090
ZIP Code
10278-0090
Solicitation Number
DACA51-00-B-0001
Response Due
December 1, 2000
Point of Contact
Kim D. Sharpless, 212-264-0241 Contract Specialist
E-Mail Address
lisa.r.kraus@usace.army.mil (kim.d.sharpless@usace.army.mil)
Description
The U.S. Army Corp of Engineers District, New York have a requirement for biological, environmental and cultural resources services. The Government intends to use a two-step bidding method in accordance with FAR PART 14.5. The SIC Code is 8731. The synopsis notice serves as a letter for Request for Technical Propososal Step 1. Solicitation documents for STEP 1 available o/a 1 November 2000 and proposals due O/a 1 December 2000. Indefinite quantity service contract (with base 12-month period of performance beginning approximately March 2001 and three one-year option periods of performance. Multiple contract awards may be made under the solicitation; Contract Maximum/Minimum values apply to each award; a $50.00 nonrefundable charge for solicitation documents. Make checks payable to FAO, USAED, NEW YORK. Only those firms submitting a technically acceptable proposal during STEP 1 may participate in STEP 2. Services to be performed under this contract will provide, biological, environmental and cultural resource (B.E.C.R.) support for activities involving planning, geospatial data and systems applications, engineering, construction and operations primarily within the New York District (District), and the North Atlantic Division (Division), but services may be used by any other U.S Army Corps of Engineers District (Corps), Division, Lab, or Center, nationally or internationally. Work will provide support in the compliance B.E.C.R. laws, regulations and requirements to which the Corps' Civil Works and Military Directorates are subject. Biological work is divided into terrestrial, freshwater and marine ecosystems. Biological work to be performed under this contract may include, but is not limited to: a Habitat Evaluation through (HEP, WET, AGM and related procedures); b. Preparation and update of natural resource management plans; c. Vegetative inventories and classification of habitat and cover types; d. Ecosystem restoration and watershed planning; e. Development, execution, collection, identification and statistical interpretation of data from studies that include but are not limited to: Mammals; Raptor, passerine, waterfowl, wading and shorebirds; Terrestrial, marine and freshwater invertebrates; Marine and freshwater adult, juvenile and larval finfish; Finfish stomach analysis; Herpetology; Water quality; Sediment profile imagery (SPI); and Side-scan sonar; f. Threatened and endangered species biological assessments; g. Wetland delineations; h. Surveying of delineated wetlands, terrestrial and aquatic habitats for mitigation, restoration, and reference sites; j. Mitigation/restoration using incremental cost/habitat unit analysis; k. Clean Water Act, Section 404 (b) (1) evaluations; l. Hydraulic, hydrologic, water quality and sediment transport modeling to include preparation of water and sediment budgets; m. Coastal Zone Management (CZM) Consistency Statements and EFH; n. Acquisition of State 401 water quality certification; o. Participate in public and interagency meetings; p. Performing literature reviews and documentary research; q. Technical reviews of reports prepared by others; r. Chemical and physical collection and analysis of water column and aquatic sediment samples, and; s. Mapping (by remote sensing and/or coring) physical and geological features including sediments. Environmental work to be performed under this contract can include, but is not limited to; a. Preliminary assessments (PA/SA), site investigations, remedial investigation/feasibility studies (RIFS) and facility environmental compliance audits and preparation of reports for National Environmental Policy Act (NEPA), environmental assessments (EA), environmental impact statements (EIS) and related documents and reports; b. Environmental baseline surveys; c. Environmental risk assessments; d. Development of energy conservation plans; e. Design and preparation of plans and specifications for investigating and evaluating hazardous and toxic site remediation. f. Asbestos and lead paint testing, management and abatement designs; g. Record, title and database searches; h. Field investigations that include, but are not limited to; Soil borings; Soil gas analysis; Piezometers/Pump Tests/ Monitoring well installation; Hydro punch sampling; and Groundwater/wastewater/potable water quality assessments; i. Underground storage tank investigations; j. Chemical sampling and laboratory analysis; k. Development of ecological restoration plans including budgets and construction cost estimates; l. Technical review of reports by others; m. Erosion and sediment control planning; n. Storm water management plans; o. Preparation of permit applications/regulatory coordination; p. Prepare spill prevention control and countermeasures plans; q. Chemical data acquisition planning; r. Assemble site safety and health plans; s. Conduct air quality and emission surveys; t. Identification of action levels/clean-up levels; u. Prepare quality assurance/quality control plans, and; v. Miscellaneous construction support services in support of the above; w. Preparation of plans/specs for mitigation features and restoration sites and development of mitigation and restoration budgets and construction plan cost estimates. Cultural Resource work to be performed under this contract can include, but is not limited to: a. All phases of Cultural resource assessment studies that include but are not limited to: historic structures and landscapes; Terrestrial archaeological sites (both prehistoric and historic, which may include but will not be limited to, industrial, military and wetland areas; underwater archaeological sites which may include the use of remote sensing technology for site identifications as well as diving; all tasks to be conducted in accordance with the Secretary of the Interior's standards); b. HABS/HAER documentation; c. National Register of Historic Places nominations, and d. Preparation of cultural resources management plans. Offerors must demonstrate the ability to provide two sources for performance of cultural resource capabilities. Offerors must demonstrate the ability to perform the following geospatial data and systems applications related to above biological, environmental, and cultural resources tasks: a. Geographic Information System (ARC View, ARC Info); b. Geographic Positioning Systems; c. CADD (Micro station); d. Survey capability; e. Mapping, aerial and satellite remote sensing, interpretation and photogrammetry; f. preparation of FGDC compliant metadata: The above work will include but not be limited to the following disciplines; chemistry, biology, botany, oceanography, statistics, geospatial analysis, geography, ecology, archaeology, historic architecture, history, historic preservation, material conservation, geomorphology, pale botany, zoo archaeology, industrial hygiene, landscape architecture, geology, geotechnical, laboratory analysis, toxicology, ornithology, herpetology zoology, ichthyology, invertebrate zoology, engineering, cost estimating, surveying and hazardous and toxic waste (HTW). Offerors must demonstrate in depth knowledge of and experience with Federal Corps planning and engineering guidance and state biological, environmental and cultural resource statutes that include but are not limited to: RCRA; Resource Conservation Recovery Act, TSCA: Toxic Substance Control Act, CERCLA: Comprehensive Environment Responses, Compensation and Liability Act, SARA: Superfund Amendment & Reauthorization Act, OSHA: Occupational Safety & Health Act, NEPA: National Environmental Policy Act, CWA: Clean Water Act, ESA: Endangered Species Act, CZMA: Coastal Zone Management Act, FWCA: Fish and Wildlife Conservation Act, FIFRA: Federal Insecticide, Fungicide & Rodenticide Act, FFCA: Federal Facilities Compliance Act, NHPA: National Historic Preservation Act and CAA: Clean Air Act, and in obtaining permits. Offerors must show that chemical and physical laboratory analysis will be performed by and EPA and Corps validated laboratory. The four major factors of consideration for evaluating the proposals received in response to the subject solicitation are: 1) Prime Contractor Biological Personnel Requirements; 2) Prime and Sub-Contractor Personnel and Project Experience; 3) Prime and Sub-Contractor Personnel Qualifications; 4) Multiple Task Order Execution Plan. A colored coded system will be used to deem the Offeror either Technically Acceptable (Green), Technically Unacceptable (Red) or Susceptible to be Made Technically Acceptable (Yellow). Evaluation factors are of equal importance. In order to submit a comprehensive bid for this solicitation, the Offeror must obtain a copy of the Request For Proposal. The Request For Proposal includes Appendices A "Personnel Qualifications of Assigned Staff" and Appendix B "Format Matrices". THE TECHNICAL PROPOSALS SHALL NOT INCLUDE PRICE OR PRICE INFORMATION. Proposals shall be submitted to the Contracting Division, ATTN: CENAN-CT, Room 1843, Kim Sharpless, US Army Corps of Engineers, 26 Federal Plaza, New York 10278. The provision at FAR 52.214-23, Late Submissions, Modifications, and Withdrawal of Technical Proposals are applicable to this Step 1 under this two-step Sealed Bidding. Also, the clause of DFARS 52.204-7004 Required Central Contract Registration is applicable. Multiple firm-fixed price Indefinite Delivery-Type contracts will be awarded pursuant to FAR 14.5. Contracts will be for a base period of one year and annual options for a period of three years thereafter. The Government MAY award up to four contracts : a. One to a Section 8A firm with annual maximum base year and each option year of $2,000,000; The minimum amount for this contract is $40,000.00 for the base year and $20,000.00 for each option year. Minimum/maximum for individual task orders is $200.00/$2,000,000. b. Two small business set asides with annual maximum base year and each option year of $3,000,000 for each award; The minimum amount for these contracts is $60,000.00 for the base year and $30,000.00 for each option year. Minimum/maximum for individual task orders is $200.00/$3,000,000. c. One unrestricted award with an annual maximum base year and each option year of $4,000,000. The minimum amount for this contract is $80,000.00 for the base year and $40,000.00 for each option year. Minimum/maximum for individual task orders is $200.00/ $4,000,000.00.
Record
Loren Data Corp. 20001018/BSOL005.HTM (W-290 SN5043S0)

B - Special Studies and Analyses - Not R&D Index  |  Issue Index |
Created on October 16, 2000 by Loren Data Corp. -- info@ld.com