SOLICITATION NOTICE
F -- Environmental Planning Services for Missouri River Recovery Program
- Notice Date
- 7/20/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
- ZIP Code
- 64106-2896
- Solicitation Number
- W912DQ-07-R-0047
- Response Due
- 9/4/2007
- Archive Date
- 11/3/2007
- Small Business Set-Aside
- N/A
- Description
- 1.CONTRACT INFORMATION: Environmental Services, procured in accordance FAR Part 37, are required to support the Missouri River Ecosystem Restoration Plan (MRERP). MRERP is intended to develop a long-term and comprehensive set of goals, objectives, opportunities, and strategies for the entire Missouri River main stem ecosystem. It aims to consider and include all relevant state, Federal, and local restoration plans as feasible. MRERP is targeted to link the multiple ecosystem restoration, recovery, and mitigation programs within both Omaha and Kansas City District. The project is likely to receive a very intense level of scrutiny within the basin. MRERP will address ecosystems needs of the longest river in the United States. The scale of the plan is comparable to and potentially larger than the Comprehensive Everglades Ecosystem Restoration Plan, the Upper Mississippi River System Environmental Management Plan, Coastal Louisiana 2050 plan, the Illinois River Comprehensive Restoration Plan, or the C hesapeake Bay 2000 plan. The contract will involve facilitating interagency and public scoping meetings, developing program-level alternatives in order to meet long-range restoration goals, conducting impact analysis of alternatives and creating the associ ated NEPA document for agency and public review. Although Architec& Engineer firms may submit proposals, sumbittals are not limited to A&E contractors. Due to their conceptual and ecological nature and the lack of design or construction-level detail, tasks associated with this project do not, by state law, require professional services of an architectural or engineering nature associated with design or construction of real property. One indefinite delivery contract will be negotiated and awarded, with a tot al contract period not to exceed five years. The contract will consist of one five-year contract period. The total amount of work will not exceed $9,500,000. Work will be issued by negotiated firm-fixed-price task orders. Award of the first contract is anticipated in fourth quarter of fiscal year (FY) 2007 or first quarter of FY 2008. This announcement is open to all businesses regardless of size. If a large business is selected for these contracts, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for the Kansas City District are: 1)at least 51.2% of a contractors intended subcontract amount be placed with small businesses(SB), including small disadvantaged businesses (SDB) and women-owned small businesses(WOSB);(2)at least 8.8% of a contractors intended subcontract amount be placed with SDB; (3)at least 7.3% of a contractors intended subcontract amount be placed with WOSB; and (4) 3.1% placed with HUBZone small businesses, and 1.5% placed with service Disabled Veteran Owned Small Businesses and 1.5% placed with Veteran Owned Small Businesses. The plan is required for Large firms however; small business plans are included in the evaluation criteria for this contract. The North American Industry Classification Code (NAICS code ) is 541620. The small business standard for this effort is based on the average annual receipts of the concern and its affiliates for the preceding three (3) fiscal years. A business is small for this effort if its average annual receipts do not exceed $4.5 million. The wages and benefits of service employees (see FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employee's offi ce location of the work. New procedures being implemented for U.S. Army Corps of Engineer solicitations will require that all potential offerors to include Prime Contractors, subcontractors, suppliers, plan rooms and printing companies register in CCR and FedTeDS in order to view or download solicitations. This solicitation, with plans, specifications, and any amendments, will be published in electronic format as an Electronic Bid Set (EBS) at the FedTeDS website, http://www.fedteds.gov. You can access the FedTeDS website from FedBizOpps by clicking on the link labeled Technic al Data Package, then in the next screen, clicking on the link labeled Available via the FedTeDS website. There will be no printed hard copies or CD-ROM Disks provided by the agency. Interested parties can only access the solicitation, including any amendm ents, at the FedTeDS website, http://www.fedteds.gov. Vendors must be registered with FedTeDS in order to access solicitations posted there. Before you can register at FedTeDS, you must be registered in CCR and ORCA (see below). If you need detailed instru ctions, go to the Kansas City District website at http://www.nwk.usace.army.mil/contract/contract.html and click on the link Registration Instructions. This link will explain the registration process and provide information on how to use the website. For a ssistance using the FedTeDS website, contact the Ogden Electronic Business Operations Support Team at 1-866-618-5988 (toll free). The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the document at the referenced website. Firms must also register as Plan Holders via the Internet at the above site in order to receive notification via email of any amendments to the solicitation or general announcements. For additional contracting opportunities, visit the Army Single Face to Industry at http://acquisition.army.mil. The solicitation will be available for download on or about August 3, 2007. Task orders may be assigned for any work within the jurisdiction of the Kansas City District, Northwestern Division, or the U.S. Army Corps of Engineers in the Continental United State (CONUS), but the selection will be based on criteria within the Kansas City District, Northwestern Division. 2. PROJECT INFORMATION: Work may consist of developing environmental and socioeconomic impact analyses, environmental plan formulation, landscape scale alternatives development, facilitating interagency and public scoping meetings, addressing fish and wi ldlife mitigation and recovery requirements, developing socio-economic projections, drafting all components of an ecosystem restoration plan and associated integrated NEPA document for the Missouri River, coordinating public and agency reviews and agency r esponses to comments as well as the development of communication and project management tools in support of the above studies. The contracts issued under this requirement will include continuing funding clauses required for civil works programs. 3. SUBMITTAL REQUIREMENTS: Interested contractors must register with the CCR website, www.ccr.gov and click Vendor Corner, How to Register. The contractor must also be ORCA (Online Representations and Certifications Access) registered via the CCR website. Further submittal requirements will be detailed in the solicitation to be issued on or about August 3, 2007. 4. QUESTIONS: Questions of a technical nature should be submitted in writing to Jennifer Switzer at Jennifer.l.switzer@usace.army.mil, 816-389-3062. or Randy Sellers at randy.p.sellers@usace.army.mil, 402-221-3054 and those of an administrative nature to Lisa Russell at lisa.j.russell@usace.army.mil, 816-389-3819.
- Place of Performance
- Address: US Army Engineer District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
- Zip Code: 64106-2896
- Country: US
- Zip Code: 64106-2896
- Record
- SN01348293-W 20070722/070720224502 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |