Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 18, 2003 FBO #0412
SOURCES SOUGHT

R -- (THIS IS A SOURCES SOUGHT REQUIREMENT TO BE USED FOR MARKET ANALYSIS ONLY. NO SOLICITATION WILL BE AVAILABLE AT THIS TIME.) PROJECT TITLE: Ordnance and Explosives (OE) Contract at Fort Ord, Monterey CA

Notice Date
1/16/2003
 
Notice Type
Sources Sought
 
Contracting Office
US Army Engineer District, Sacramento - Military Works, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
DACA05-03-S-1601
 
Archive Date
4/5/2003
 
Point of Contact
Jerri Medeiros, (916) 557-7934
 
E-Mail Address
Email your questions to US Army Engineer District, Sacramento - Military Works
(jmedeiros@spk.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA (THIS IS A SOURCES SOUGHT REQUIREMENT TO BE USED FOR MARKET ANALYSIS ONLY. NO SOLICITATION WILL BE AVAILABLE AT THIS TIME.) The purpose of this synopsis is to conduct market research on potential sources for a future acquisition of OE Cleanup services at the Former Fort Ord, California. This is not a request for competitive proposals or quotations. It is anticipated that the following services will be required: Ordnance and Explosives (OE) cleanup/reduction of areas located within the Former Fort Ord to the extent that they become fully suitable for the intended reuse purpose. Key components of this work include the application of innovative technologies / approaches in conjunction with traditional OE removal methods to improve quality and productivity while reducing cost. Work includes integration of various disciplines such as survey/location capabilities, geophysical detection and discrimination using analog and digital field methods (analog magnetometers, digital total field magnetometers, digital e lectro-magnetometers, and associated hardware and software analytical tools), systems integration, data management (i.e., geographical information systems), historical data analysis, footprint reduction methodologies, field reconnaissance, engineering eval uations, geophysical mapping, anomaly discrimination, cost analysis, risk analysis, statistical sampling and analysis, and sampling, removal, and treatment of OE. Work also requires successful support and execution of other elements of the OE program at t he Former Fort Ord including, but not limited to, the OE Remedial Investigation/Feasibility Study (OE RI/FS) and site specific Fort Ord requirements emanating from the Fort Ord endangered species Habitat Management Plan (HMP), treatment and demolition of O E items, and land transfer requirements as a result of convenant deferral requests. Removal of incidental Hazardous, Toxic and Radiological Waste (HTRW) material may also be required under this contract. Potential sources must submit a capability statemen t of no more than 8 pages in length, which addresses the following key areas: (1) TECHNICAL - Potential sources must submit a list of recent projects that demonstrate their knowledge and past experience relating to all of the varying types of work describ ed above, particularly in the areas of safety, quality control, application of innovative technologies and methodologies for OE detection, discrimination, and removal, and expertise in and knowledge of regulatory processes specific to RI/FS, after action r eports, other documentation for regulatory compliance. Individual task orders under IDIQ contracts should be listed as separate projects. Submit only current and past project and client information that is no more than 4 years previous and include a brie f description, identify the capacity the firm worked in on the project (prime or subcontractor), the contract type (list by task order if IDIQ), contract or task order value, dollar value of work subcontracted, percent complete, if complete ? date complete d, name and title of customer POC and current phone number. Identify those projects where the project management staffs have a good working relationship with Regulatory agencies and include the name of the Regulatory agencies, agency POCs, and their curre nt phone number. (2) MANAGEMENT (personnel/organizational staff experience, project management, etc.) ? (2a) Potential sources must identify their management staff and plan for technical and administrative support of concurrent open FFP and/or CPIF task orders with a potential value totaling approximately $70 million. Management includes the ability to track costs and schedule under cost reimbursement type task orders. (2b) The management staff must be experienced in handling multiple, complex projects with a minimum of 5 years experience in work same or similar to that listed above. Identify those projects submitted under ?TECHNICAL? above, where the manage ment and technical staff have gained the experience. (3) BUSINESS SIZE - Potential sources shall identify if they are a large, small, SDB/8a, or women-owned business. If the firm is a small business, the response to this synopsis must include how the fir m it will meet the Federal Acquisition Regulations (FAR) requirements for limitations in subcontracting for the proposed solicitation (or completed contracts of a similar nature and size) that states ??at least 50% of the cost of contract performance incur red for personnel shall be expended for employees of the concern.? (4) ACCOUNTING AND PURCHASING SYSTEM STATUS - Potential sources shall identify if their current accounting system has been approved by the Federal Government for cost reimbursement contr acting. Firms should also identify if they have an approved purchasing system. The name and phone number for the firm?s cognizant Audit Office POC and cognizant ACO shall also be provided. All interested parties may respond or submit statements of quali fications. This is not a request for competitive proposals or quotations. A determination by the Government not to compete this proposed contract is within the discretion of the Government. All responses are due to US Army Engineering District, Sacramen to, Monterey Project Office, Attention: Shauna Martinez, 2850 5th Avenue, Marina, CA 93933, not later than 12:00pm PST on February 4, 2003. This action will be conducted under FSC Code F108, SIC Code 8744, NAICS Code 562910. The size standard is 500 em ployees. Please direct all questions to US Army Engineer District, Sacramento, Attention: Ms. Shauna Martinez, Contract Specialist, phone (831) 884-9932 x222, fax: (831) 884-9030, email address: Shauna.L.Martinez@usace.army.mil.
 
Place of Performance
Address: US Army Engineer District, Sacramento - Military Works 1325 J. Street, Sacramento CA
Zip Code: 95814-2922
Country: US
 
Record
SN00240628-W 20030118/030116213721 (fbodaily.com)
 
Source
FedBizOpps.gov 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.