Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 25, 2008 FBO #2282
SOURCES SOUGHT

R -- WATER RESOURCES PLANNING SERVICES FOR CIVIL WORKS PROGRAM

Notice Date
2/23/2008
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
US Army Engineer District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP-08-Z-0004
 
Response Due
3/4/2008
 
Archive Date
5/3/2008
 
Point of Contact
Frances C. Jones, 904-232-1064
 
E-Mail Address
Email your questions to US Army Engineer District, Jacksonville
(frances.c.jenkins@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Jacksonville District, U.S. Army Corps of Engineers: Market Survey for Qualified Small Businesses to provide a wide range of Water Resources Planning Services. The Jacksonville District is conducting a market survey to identify qualified smal l businesses located in the southeastern United States to provide a wide range of Water Resources Planning services primarily in the Jacksonville District, U.S. Army Corps of Engineers. The contract will be an Indefinite Delivery-Indefinite Quantity Contr act for a period of one year from date of award, with options to extend for three additional years. The contract will not exceed a total of four years. Work will be assigned by negotiated task orders with a maximum task order limit of $1,000,000 per year . The primary purpose of this proposed contract is to provide comprehensive planning services for projects located within the geographic boundaries of the Jacksonville District, which include peninsular Florida, a portion of south central Georgia, Puerto Rico, and the U.S. Virgin Islands. Additionally, the contract may be used to provide services within the geographic boundaries of the South Atlantic Division (SAD), which include all or portions of NC, SC, GA, FL, AL, Puerto Rico, and the U.S. Virgin Isla nds, and may also include portions of VA, TN, and MS. The contract will require a wide diversity of disciplines to provide multiple studies, analyses, report and document preparation according to Corps of Engineers and Comprehensive Everglades Restoration Project (CERP) Planning Regulations for various large programs. All services required under this contract shall be described in a task order with an individual scope of work which may include, but not necessarily be limited to, the following types of task s: (a) studies and analyses of study authorities, problems and opportunities, constraints, formulation of measures and alternative plans including evaluation of acceptability, completeness, efficiency and effectiveness, Cost effectiveness/incremental cost analysis of alternatives, and development of recommendations; (b) preparation of documents including reconnaissance, feasibility, general reevaluation or limited reevaluation reports, general design memorandums, stand-alone or integrated environmental asse ssments or environmental impact statements; ( c) preparation of documents relating to compliance with applicable Federal, state and local environmental laws and regulations; (d) development of mitigation and monitoring plans (e) formulation of ecosystem re storation plans; (f) economic analyses using Corps guidance and procedures; (g) using Geographic Information Systems (GIS) to store, access and display data and information; (f) cultural resource studies and documentation. All planning documents shall be prepared in accordance with ER 1105-2-100, the Planning Guidance Notebook; the Programmatic Regulation for the Comprehensive Everglades Restoration Project (CERP); and other applicable Corps of Engineers guidance documents. This contract will require a wid e diversity of disciplines to conduct field investigations and written documentation especially relating to the execution of Jacksonville Districts Civil Works Program. These may include: Plan Formulation (Planning); Environmental and Cultural Resource expertise (National Environmental Policy Act, Endangered Species Act, Clean Water Act, Ocean Dumping Act, National Historic Preservation Act, etc.); Economic Analysis (such as Flood Damage Reduction benefits); Engineering (Environmental and Coastal); Techn ical Writing/Editing; GIS, GPS, and other Information Technology. Staffing in these disciplines must be adequate to cover multiple ongoing planning task orders at the same time. Interested small business concerns that believe they have the capability of p roviding services as defined above are invited to submit, in writing, a Capabilities Statement with sufficient information within a 15 page limitation to show c apabilities to satisfy the selection criteria. Respondents to this market survey should provide their capabilities and expertise in the following areas: (1) Specialized experience and technical competence; (2) Size and expertise of staff; (3) Capacity t o accomplish work in the required time. Particular emphasis should be placed on any experience in the above categories involving the ability to provide a complete Corps of Engineers Planning Study for a water resource development project including navigat ion, shore protection, and ecosystem restoration [e.g., CERP and Continuing Authority Program (CAP)]. This should include plan formulation, economic analyses, environmental and cultural resources, flood damage reduction, water supply, and other miscellane ous Corps authorities provided by Corps Water Resources Development Acts. Qualifications of the submitting firm need to be differentiated from proposed subcontractors. The applicable North American Industry Classification System code is 541620 with a siz e standard of $6.5 million for potential small businesses. Any interested small business concerns are advised of the language in the Federal Acquisition Regulation (FAR) Clause 52.219-14 Limitations of Subcontracting paragraph (b)(1) which states that u nder a small business set-aside contract for services at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Therefore, the Capabilities Statement should realistically demonstrate how the small business concern would be able to comply with this clause which would be included in any potential contract. Please also note that consultants are considered subcontractors and not employees of the prime contractor. Firms will be selected according to the following criteria: 1) Specialized knowledge, experience, and technical competence; 2) Size and expertise of staff; and 3) Capacity to accomplish work in the required time. For more information please contact Frances Jenkins at 904.232.1064. Mar ket survey responses should be submitted by 3:30 pm EST on Tuesday, 4 March, 2008, to Frances Jenkins, US Army Corps of Engineers, Jacksonville District, Contracting Division, 701 San Marco Boulevard, Jacksonville, Florida 32207-8175, or via e-mail to fran ces.c.jenkins@usace.army.mil, by 3:30 pm EST 4 March 2008.
 
Place of Performance
Address: US Army Engineer District, Jacksonville P.O. Box 4970, Jacksonville FL
Zip Code: 32232-0019
Country: US
 
Record
SN01515574-W 20080225/080223223400 (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.