Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 20, 2007 FBO #2215
SPECIAL NOTICE

99 -- Professional, Administrative, Environmental and Management Support Services for Environmental Program Support for 88th Regional Readiness Sustainment Command (RRSC) Fort McCoy, Wisconsin

Notice Date
12/18/2007
 
Notice Type
Special Notice
 
Contracting Office
US Army Engineer District, Tulsa, ATTN: CESWT-CT, 1645 South 101st East Avenue, Tulsa, OK 74128-4609
 
ZIP Code
74128-4609
 
Solicitation Number
USA-SNOTE-071218-001
 
Archive Date
3/17/2008
 
Point of Contact
tinacox, 9186697088
 
E-Mail Address
Email your questions to US Army Engineer District, Tulsa
(tina.cox@us.army.mil)
 
Description
Point of Contact: Melinda Fair, Contract Specialist, Phone 918-669-7135, Fax 918-669-7495, Email Melinda.L.Fair@usace.army.mil. This is not a solicitation announcement and there are no Request for Proposal (RFP) documents to download. This is a Sources Sought Synopsis only. This synopsis is a market research tool being utilized to determine the availability of qualified Small Business sources prior to issuing an RFP. The Government is seeking qualified 8(a), HUBZONE, or Small Business sourc es that are certified by the Small Business Administration relative to NAICS classification 541620, Environmental Consulting Services. The applicable size standard is $6.5M, average annual gross receipts for the proceeding three fiscal years. The intention of this source sought synopsis is to gather information for future acquisition. If the Government plans to proceed with the acquisition, a solicitation announcement will be published in Federal Business Opportunities. Responses to this sources sought will not be accepted as a response to any solicitation announcement. All interested offerors will have to respond to the solicitation announcement separately. The firm (including all subcontractors) must be able to demonstrate knowledge and experience in all o f the mentioned services which includes direct hands on execution. The firm must be capable in providing immediate on the ground support upon contract award. The general scope of this requirement covers professional, administrative, environmental, and management support services for the 88th Regional Readiness Sustainment Command (RRSC). The current 88th RRC, 70th RRC, 89th RRC, and 96th RRC will complete a transition to the 88th RRSC by October 2008. The 88th RRC is the lead Command to make this transition. The 88th RRSC Department of Public Works (DPW) Environmental Branch Head Quarters (HQ) will be located at Fort McCoy, Wisconsin. Concept is there will be three field locations de-centralized from the RRSC which are (1) West Field Office, (2) Central Field Office, and (3) East Field Office, and up to 14 Area Environmental Manager locations. The contractor will be expected to provide on-site support services to these three field offices and the HQ as well as support to approximately 357 facilit ies that vary widely in geographic location across the northwest region. Emphasis will be placed on the contractors ability, knowledge and experience to self-perform functions associated with all major environmental media, National Environmental Pr otection Act (NEPA), Hazardous Materials Management, Hazardous Waste Management/Turn In, Training, EMS/EPAS and Natural/Cultural Resources programs and roles relative federal, state and local governments. These areas are anticipated to comprise the larges t volume of work for the RRSC. However, the HQ RRSC will be responsible for the following environmental programs and therefore the contractor should demonstrate knowledge and experience in all of the following as well: o Air Quality o Environment al Noise o Solid Waste Management (RCRA D) o Storage Tanks Management (UST &AST) o Wastewater Management (Stormwater, Spill/POL management) o Water Quality Management & Vulnerability Analysis o Environmental/Engineering budget o Record of Environmental Consideration (RECs) o Toxic Substances Control Act (TSCA) o Lead Based Paint (LBP), Asbestos, PCBs, & Radon o Remediation/Investigation o Integrated Natural and Cultural Resources Management o Endangered Species, Wetlands, & Noxious Weeds o Integrated Training Area Management (ITAM) & Land Trust Alliance (LTA) Liaison o Integrated Pest Management Plan o Recycling & Solid Waste Reduction o Hazardous Materials Management o Toxic Release/Waste Reduction (Pollutio n Prevention (P2) and Emergency Planning and Community Right to Know Act (EPCRA) o Conservation Program (Energy and Water) o Program Management (Personnel , Budget Review, IMPAC Control #s, RLAS/DTS) o Environmental Performance Assessment System (EPAS)/Internal Performance Audit System (IPAS) o Environmental Management System (EMS) o Environmental Reporting o Environmental Project Development o Graphical Information System (GIS) o Office Archaeology (EMS Document Control/Library/WEBsite, Electronic Archive, New P: Drive) o Special Projects o Training o Policy Development General requirements include performing a variety of fu nctions for the 88th RRSC in accordance with Army Regulation 200-1; including program management, project management, accounting, data entry, field sampling, spill response coordination, database support, computer support, programming engineering support, waste profiling, inspections, report writing, risk and hazard identification, environmental training, and other related support functions at the HQ, field offices, and facilities throughout the 19 state region. These functions will be performed in support of the environmental programs listed above. The estimated value of this contract is for $15,000,000 over a 3 year period. If a small business were to receive an award as prime contractor as a result of a small business set-aside solicitation, the s mall business prime will be required to comply with FAR 52.219-14, Limitations on Subcontracting, which states that at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. The estimat ed contract start date is May 2008 with an estimated completion date of May 2011. SUBMISSION REQUIREMENTS: 1. Firms submitting responses shall present their information in a matrix format showing government contracts where they have performed work similar to that described above. 2. The matrix shall show up to five (5) recent projects that demonstrate your firms ability to perform the services (as a whole) listed above noting contract numbers, contract type (firm fixed price, cost reimbursement, etc .) total contract price, clients name, current and accurate client point of contact with phone number, project location description of the contract work requirements, specific description of the actual work that the respondent did (was your firm the prime or subcontractor and if a subcontractor, what type of work and the percentage of the total contract was your firm responsible for), and dates of the contract performance. Highlight projects that are close to the dollar value stated above. 3. Provide your ability to meet the qualifications above relative to your firm/team. Demonstrate professional qualifications of your key personnel in the preparation of the documents listed above, to include any professional registrations. List only the team members who a ctually will perform major tasks under this contract and their qualifications, which should reflect the individuals potential contributions to the contract. Provide the firms status, size of the business, relative to NAICS code 541620. If the firm is ce rtified by SBA as 8(A), HUBZONE, etc., a copy of the certification must be included. Responses shall not be in excess of eight (8) pages. Two sided pages count as two sheets. Up to five (5) pages should be dedicated to past and current projects that show t he firms ability to perform the services described above. There should be one project per page. Two (2) pages should show key employees, both firm and sub-consultants, and their experience relative to the services described above. One (1) page should be th e cover sheet which includes name of company, address, telephone number, fax number, at least two points of contact, e-mail addresses, business size, and a short description of the firms history including years in business, number of employees, and main d isciplines of the firm. Copies of SBA Certifications are not included in the eight (8)-page count. Packages: ORIGINAL AND TWO COPIES have to be received by 12:0 0 P.M. Central Time at US Army Corps of Engineers, Tulsa District, ATTN: Melinda Fair, 1645 S 101 E Ave, Tulsa, OK 74128 on 7 January 2008. Point of Contact Melinda Fair, Contract Specialist, Phone 918-669-7135, Fax 918-669-7495, Email Melinda.L. Fair@usace.army.mil Place of Performance Address: FORT MCCOY, Wisconsin Postal Code: 54656 Country: UNITED STATES
 
Record
SN01472273-W 20071220/071218225016 (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 |
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.