SOURCES SOUGHT
F -- Multiple Award Performance-Based Acquisition (PBA) for National Environmental Policy Act (NEPA)
- Notice Date
- 11/2/2009
- Notice Type
- Sources Sought
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91ZLK-10-R-NEPA
- Response Due
- 11/16/2009
- Archive Date
- 1/15/2010
- Point of Contact
- Jeannette, 410-436-4127
- E-Mail Address
-
ACA, Aberdeen Proving Ground
(jeannette.wittman@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- General Information: This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set aside is possible. Interested parties are expected to review this Notice to familiarize yourself with the requirements; failure to do so will be at your firms own risk. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. A determination by the Government not to compete this requirement as a set-aside based upon responses to this Notice is solely within the discretion of the Government. The Government does not intend to award a contract on the basis of responses received nor otherwise pay for the preparation of any information submitted. As a result of this Sources Sought Notice, the Government may issue a Request for Proposal (RFP). THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against the Government shall arise as a result of a response to this Sources Sought Notice or the Governments use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. The Government anticipates issuing a multiple award Blanket Purchase Agreement (BPA) based on the GSA Schedule 899-1, Environmental Planning Services and Documentation. The tasks issued under the BPA will be for the development of Environmental Impact Statements (EISs) and Environmental Assessments (EAs) under the National Environmental Protection Act (NEPA). Specific sites will be identified in Task Orders issued under the BPA. While it is anticipated that sites will be located within the United States, there is a possibility that multiple EAs or EISs may be required for a single site location. Vendor Requirements: To be considered as a viable firm capable of meeting the Governments needs the vendor must be able to demonstrate familiarity and past experience in expediting the NEPA process. The vendor must demonstrate that they have completed no less than three Environmental Impact Statements (EISs) and five Environmental Assessments (EAs) as the prime contractor as part of the vendors past performance. It would be preferred, though not required, that at least one past effort was completed to support a military installation. In addition, the vendor must demonstrate that they have as part of their past experience the capability of delivering an EIS on a demanding schedule and completing an EIS action in less than 16 months from the time the Notice of Intent (NOI) is published to the time the Record of Decision (ROD) was signed. The contractor should demonstrate that they have met the vendor requirements criteria discussed above and they should be able to demonstrate that they have members of their staff who have the technical expertise and educational background to conduct NEPA analysis. Vendors will be required to submit no more than 7 resumes demonstrating the experience of their staff with environmental media area analysis, particularly those environmental media areas discussed in the Army NEPA Analysis Manual and the Quick Look Guide (May, 2007). It is the Contractor's responsibility to comply with all applicable federal, state and local laws and regulations and to fulfill the performance objectives set forth by the Government in a manner that is consistent with NEPA, guidance for the Installation, and relevant Department of Defense (DoD) and Army policy. In particular, the Contractor shall demonstrate awareness of and adherence to the requirements of the following rules, regulations, and guidance documents: - The National Environmental Policy Act, 42 U.S.C. 4321 to 4370(f). Council of Environmental Quality (CEQ) NEPA Regulations, 40 C.F.R. Parts 1500-1508. - 32 Code of Federal Regulation (CFR) Part 651: Environmental Analysis of Army Actions, Final Rule - Base Realignment and Closure Manual for Compliance with the National Environmental Policy Act, September 2005 - NEPA Analysis Guidance Manual (May 2007). How to Submit a Response: 1. Page Limitations: Interested qualified small business organizations for this requirement shall submit a response not to exceed 10 pages (8.5 x 11), (single spaced, 12 point font minimum) that clearly details the contractors proven experience to perform the requirement by demonstrating capabilities, and qualifications to perform the above stated efforts, including resumes referenced above. Responses will be reviewed only by Government personnel and will be held in a confidential manner. This notice of intent is not a request for competitive proposals. However, all information received within fourteen (14) days after date of publication of this synopsis will be considered by the Government. In addition, included in your cover letter, the Government encourages your thoughts on the following: - Contract Structure - Any other information you feel is pertinent. 2. Due Date: No later than 16 November 2009, 11:00AM (Eastern Prevailing Time) responses shall be submitted to Jeannette Wittman, electronic submission, e-mail address: Jeannette.wittman@us.army.mil. Mailing address: US Army RDECOM Contracting Center - Army Installation Contracting Division, Attn: Jeannette Wittman, E4460, Rm. 120, Beal Road, APG-EA, MD 21010. Due to concerns with transmission issues, please request email confirmation to confirm receipt. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organizations qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a5d882796a8e0d922f72b86df9e1282d)
- Record
- SN01996563-W 20091104/091102235311-a5d882796a8e0d922f72b86df9e1282d (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 |