Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 12, 2009 FBO #2635
SOLICITATION NOTICE

B -- Environmenta; Consulting Services

Notice Date
2/10/2009
 
Notice Type
Modification/Amendment
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, California, 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-09-R-WXYZ
 
Response Due
2/18/2009
 
Archive Date
3/5/2009
 
Point of Contact
Dennis D Wagner II, Phone: 1-916-557-5195, Angela Hermanson, Phone: (916) 557-7945
 
E-Mail Address
Dennis.D.Wagner@usace.army.mil, angela.hermanson@usace.army.mil
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT Document Type: Sources Sought Notice Classification Code: B Planning Studies; Environmental Consulting Services NAICS Code: 541620 SIC Code: 8999 FSC Code: B510 Type of Contract: Services. Contract Specialist: Christopher Swendsen (916) Phone: (916) 557-6992 Fax: (916) 557-7854 Christopher.A.Swendsen@usace.army.mil Response Due Date: 18 February 2008 Remit To: Mr. Christopher Swendsen US Army Corps of Engineers CESPK-CT-B 1325 J Street Sacramento CA 95814-2922 Type of Award: The Government intends to award Indefinite-Delivery, Indefinite-Quantity (IDIQ), and Fixed Price Contracts with a for a five year period (one base year, and four option years). Contract Activities: The contract will provide studies, analyses and report & document preparation relating to the Corps Planning Process for various programs within the South Pacific Division (SPD) boundaries. SPD boundaries include all or portions of AZ, CA, CO, NM, NV, OR, UT and WY. 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 limited to, the following types of tasks -Studies and analyses of problems and opportunities, constraints, formulation of measures and alternative plans, comparison of alternatives, and recommendations -Preparation of documents such as reconnaissance, feasibility, and post authorization reports NEPA and/or CEQA document -Preparation of documents relating to compliance with applicable Federal, State and Local environmental laws and regulations -Development of mitigation and monitoring plans -Formulation of ecosystem restoration plans -Economic analyses using Corps guidance and procedures -Using Geographic Information Systems (GIS) to store, access and display data and information -Cultural resources studies and documentation -Perform all economic analyses according to the Corps regulations and guidance to determine Federal interest. Understand and apply the four accounts as described in EC 1105-2-409 and the P&G for proposed alternative plans and projects. These accounts are National Economic Development, Regional Economic Development, Other Social Effects, and Environmental Quality -Coordinate with Corps, non-Federal partners, and other stakeholders to evaluate archeological and historical properties, field work, survey reports, eligibility determinations, and mitigation projects -The contractor must be familiar with preparing Air Installation Compatible Use Zone (AICUZ) reports -The contractor must be familiar with gathering and validating operation parameters within Special Use Airspace -The contractor must be familiar preparing Integrated Natural Resource Management Plans and Integrated Cultural Resource Management Plans Submittal Information: Potential sources must identify, if the firm is a small business, how it has met Federal Acquisition Regulations (FAR) requirements for limitations in subcontracting that state that at lease 50% of the cost of contract performance incurred for personnel shall be handled for employees of the concern Potential sources must submit a capability statement of no more than six (6) pages in length which address the following key areas: MANAGEMENT: (personnel/organizational staff experience, project management, etc.) (1) The potential sources must identify their management staff in order to support the capability of managing multiple task orders involving multiple disciplines listed above (2) The management staff must be experienced in work similar to that listed above. Minimum of 5 years experience. Identify which projects where the management and technical staff have gained the experience. TECHNICAL: Potential sources must submit a list of recent projects that demonstrate their knowledge and past experience relating to all the types of work described above. Submit only current and past clients no more 4 years old. Include a brief description, identify the prime contractor, contract type (list by task order if IDIQ), contract or task order value, dollar value of work subcontracted, percent complete, if complete date completed, customer POC and current phone number. BUSINESS SIZE: Potential sources shall identify if they are a large, small, SDB/8a, or women-owned business.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d78e181b57f916f397af4e0a6bfd0612&tab=core&_cview=1)
 
Record
SN01747879-W 20090212/090210220456-d78e181b57f916f397af4e0a6bfd0612 (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.