SOURCES SOUGHT
C -- (THIS IS A SOURCES SOUGHT RQMT TO BE USED FOR MARKET ANALYSIS ONLY. NO SOLICITATION WILL BE AVAILABLE AT THIS TIME.) PROJECT: Hazardous Toxic and Radiological Waste (HTRW) Mission and National Environmental Protection Act (NEPA) Mission
- Notice Date
- 2/3/2003
- Notice Type
- Sources Sought
- Contracting Office
- US Army Engineer District, Sacramento - Civil Works, 1325 J. Street, Sacramento, CA 95814
- ZIP Code
- 95814
- Solicitation Number
- DACW05-03-S-0311
- Archive Date
- 4/22/2003
- Point of Contact
- Jerri Medeiros, (916) 557-7934
- E-Mail Address
-
Email your questions to US Army Engineer District, Sacramento - Civil Works
(jmedeiros@spk.usace.army.mil)
- Small Business Set-Aside
- 8a Competitive
- Description
- NA This Procurement will be conducted under FSC Code: C219, SIC Code: 8711, NAICS Code: 541330. The size standard for this code is $4.0 Million. All questions should be directed to the Contracting Specialist, Barbara Marshall, at (916) 557-5178, Fax (916) 5 57-5278, email barbara.a.marshall@usace.army.mil. LOCATION: Predominantly within the South Pacific Division area of responsibility for Civil Works and Military boundaries (AZ, CA, CO, ID, NV, NM, UT, and WY). JOB DESCRIPTION: This Sources Sought Notice is seeking certified SECTION 8(a) SMALL BUSINESSES and HUBZone SMALL BUSINESSES for competitive consideration. A Market Survey is being conducted to determine the sizes and types of businesses eligible for the following proposed work: Hazardous, Toxic, Radioactive Waste (HTRW). Work will be A-E services for Pre-Design and Design work for the USACE, South Pacific Division, Military and Civil Works HTRW mission, and NEPA mission. Work will predominantly be with in the South Pacific Division?s area of responsibility, but could occur in other stats as required by specific Federal Agency customers or at the direction of HQUSACE. Specific scope for work and services required will be issued with each task order. The task orders to be issued under this contract will require professional services for pre-design and design work for which may include soil, surface water, and groundwater sampling and testing; sampling and testing of underground storage tanks and miscellan eous containers; monitoring well installation; preparation of environmental documentation including health and safety plans, quality assurance and quality control plans, project management plans, data management plans, and community relations plans; relate d studies for water quality, storage tank leak detection, air emissions, low level radiation, mine waste and miscellaneous requirements; preparation of cost estimates (M-CACES); preparation of design documents; preparation of feasibility studies; and prepa ration and coordination for permit applications. All sample testing shall be conducted using a Corps of Engineers validated and state certified laboratories. Potential tack orders can be assigned in the states within South Pacific Division?s military and civil works boundaries (Arizona, California, Colorado, Idaho, Nevada, New Mexico, Utah and Wyoming). Interested firms should demonstrate that they have multiple project experience and current in-house staff capabilities for the following: (1). Selectin g monitoring well sites, based on chemical database and written report information, and oversight during the installation of monitoring wells; (2). Rapid characterization of groundwater plumes using the EPA?s Triad approach (combination of up-front techni cal project planning, dynamic work plans and field portable laboratories or field analyses coupled with the use of micro-wells or other protocols such as Hydro punch, grab samples, etc.); (3). Experience in characterizing multiple CERCLA and RCRA releases (non petroleum sites). Characterization means experience in identifying and profiling contaminants of concern, making recommendations for sampling analyses, number of samples, and sampling locations; (4). Rapid lateral and vertical characterization of so il contamination using the EPA?s Triad approach (combination of up-front technical project planning, dynamic work plans and field portable laboratories or field analyses such as EDXRF, portable GC/MS, immunoassay analyses, etc.); (5). Experience in develo ping and populating a chemical database and graphical information system (GIS) that addresses the CERCLA/RCRA contaminant concentrations, areas of concern, and clean-up goals; (6). Experience in analyzing site data in chemical databases, maps, and reports , as well as presenting analyses in technical reports; (7). Experience in developing a proposed plan for investigation based on the comprehensive evaluation of site data found in chemical databases a nd reports; (8). Experience in developing a proposed plan for remedial alternatives; (9). Experience in developing cost estimates for proposed plans for investigations and remedial alternatives; (10). Experience in the project management process to inclu de the planning, execution, and control of a project. Planning includes developing a project management plan, project work breakdown structure, project cost estimate, and project schedule. RESPONSES: Responses should include: (1) Identification of compan y size status, certifications, i.e. 8(a), or HUBZone, or if you are Small Business, you must provide a self-certification. (2) If you are and 8(a) or HUBZone firm considering a joint venture, you will need to provide proof that this consideration has been forwarded to the cognizant SBA office for approval. (3) Evidence that you have the potential resources to perform work in geographic locations stated above, i.e an established office serving the stated geographic areas, and the availability of personnel. This is not a request to be place on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. Responses are required within fourteen (14) days after publication of this notice or no later than 21 February 2003. Responses should be addressed to the U. S. Army Corps of Engineers, Sacramento District, 1325 J Street, Sacramento, CA 95814-2922, ATTN: Barbara Marshall, Contract Specialist. Firms shall provide the above documentation in one original form and o ne copy. Responses shall be limited to 5 pages. The Government will not pay for any material provided in response to this market survey nor return the data provided. The results of this survey will be considered to be in effect for a period of one year from the date of this notice.
- Place of Performance
- Address: US Army Engineer District, Sacramento - Civil Works 1325 J. Street, Sacramento CA
- Zip Code: 95814-2922
- Country: US
- Zip Code: 95814-2922
- Record
- SN00252266-W 20030205/030203213751 (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 |