MODIFICATION
B -- B-Planning, Environmental, and Technical Services in Support of the Baltimore District Corps of Engineers.
- Notice Date
- 9/28/2010
- Notice Type
- Modification/Amendment
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- USACE District, Baltimore, 10 South Howard Street, Baltimore, MD 21203
- ZIP Code
- 21203
- Solicitation Number
- W912DR-10-S-0035
- Response Due
- 10/1/2010
- Archive Date
- 11/30/2010
- Point of Contact
- John R. Lambert, Phone: 410-962-0174
- E-Mail Address
-
john.r.lambert2@usace.army.mil
(john.r.lambert2@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Responses are due no later than 3:00 p.m. eastern standard time October 1, 2010. This is a Sources Sought Notice and is for informational/ market research purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. The U.S. Army Corps of Engineers, Baltimore District, requests capability statements from qualified members of the Small Businesses Community including: Small Businesses (SB); HUBZone small business, service-disabled veteran-owned small business concerning the potential work described below. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. This is not a Solicitation Announcement, nor is it a Request for Proposals. This request does no obligate the Government in any contract award. The estimated magnitude for this work is $5,000,000.00. NO SOLICITATION IS CURRENTLY AVAILABLE. Responses are to be sent via email to John.R.Lambert2@usace.army.mil or hardcopy to U.S. Army Corps of Engineers, 10 S. Howard Street, Room 7200-D, Baltimore MD 21201-1715 no later than 3:00 p.m. eastern standard time October 1, 2010. PROJECT DESCRIPTION: Indefinite Delivery Contracts for Comprehensive Planning, Environmental, and Technical Services in Support of the Baltimore District Corps of Engineers. Interested Small Businesses (SB); HUBZone small business, service-disabled veteran-owned small business certified firms should submit a concise narrative and specific project examples of similar size and scope that demonstrate their experience in the services identified below. The contractor will support, as needed, the US Army Corps of Engineers Baltimore District Planning Division with comprehensive planning services for a variety of Federally-funded planning studies accomplished by the U.S. Army Corps of Engineers. These comprehensive planning services are available to a wide range of U.S. Army Corps of Engineers customers, including military installations and major commands, other Department of Defense organizations, other Federal agencies, and state and local governments. These full range of comprehensive planning services, include: Civil Works Investigations; Facility Planning Services; Environmental Planning and Compliance Services; Ecological Services; Cultural Services; Economical, Social, and Financial Services; Water Resource Services; Computer Data Management Services; Natural Disaster Emergency Planning and Preparedness Services; and Public Involvement Services. Capability statements should include the following information: details of similar projects, to include demonstrated specialized experience and technical competence in: (1) Facility Planning Services including facility environmental program development, land use planning studies, site-selection studies, preparation of conceptual site and facility studies, pre-design decision documents, Anti-Terrorism/Force Protection planning requirements, preparation of DD Forms 1391 and planning charrettes, sustainable design concepts and studies, transportation and traffic planning studies, realignment studies (expansion, contraction, relocation, etc.); space utilization studies, infrastructure studies, landscape development planning, noise impact studies and other planning and environmental studies that support facility operations and development. (2) Civil Works Investigations including reconnaissance and feasibility studies for the Continuing Authorities Program (CAP), General Investigation Program, Floodplain Management Services (FPMS), and Planning Assistance to States (PAS) to include Ecosystem Restoration, Navigation, Flood Risk Management (FRM), and Storm Damage Reduction. (3) Environmental Planning and Compliance Services including a full range of environmental planning and compliance support including report preparation, technical investigations, analysis and field work. Support under this task includes, but is not limited to, National Environmental Policy Act (NEPA) documentation (e.g. Environmental Assessments, Environmental Impact Statements, etc.), Pollution Prevention studies, Emergency Planning and Community Right to Know Act assessments, Clean Air Act investigations Clean Water Act and National Pollution Discharge Elimination System compliance activities, Solid Waste Management Plans, and Environmental Management Systems. (4) Ecological Services including technical work to support permit requirements under the Clean Water Act (i.e., Section 401 and 404), including wetland delineations, biological assessments of fish and wildlife resources, including endangered species investigations, preparation of Integrated Natural Resource Management Plans, development of wildlife mitigation plans and habitat evaluation and assessment may also be required. Additionally, work will include ecological analyses, planning, and monitoring of aquatic, wetland and terrestrial ecosystems. Knowledge of riverine/stream, wetland, riparian, bottomland, lake/reservoir, estuary, and coastal ecosystems are also required. (5) Cultural Services including a full range of cultural studies to include archeological investigations and historical/architectural work to support National Historic Preservation Act requirements for the identification, evaluation and mitigation of cultural resources. Cultural studies would include Phase IA (i.e., Background literature, archival, and courthouse record research), Phase I (i.e., disturbance investigations, identification surveys), Phase II (i.e., evaluation investigations, test excavations for assessment of significance and for preparation of detailed data recovery plans), Phase III (i.e., data recovery) for the full range of prehistoric and historic archeological resources as well as historical/architectural evaluation of standing structures (i.e., broad-brush architectural surveys, HABS/HAER). (6) Economical, Social, and Financial Services including a full range of economic and social analysis and forecasting. Included in this requirement are field, office, and computer work required for collection, compilation, analysis, and evaluation of data pertaining to economic analysis to support the military, civil, and International and Inter-Agency Support. Specific services to be provided include, but are not limited to, benefit cost analysis (e.g. for civil works project justification), environmental economics (e.g. for civil works environmental justification), cost effectiveness analysis, incremental cost analysis, budgeting, project financing, life cycle cost analysis and, Capital investment strategies and programs, demographic trends and market assessments. (7) Water Resource Services including investigations and preparation of reports (reconnaissance and feasibility studies to support the civil GI, CAP and CG programs) to support watershed planning, ecosystem restoration, local flood protection initiatives, and navigation projects for a wide variety of customers. Specific requirements include flood insurance studies, floodplain management services, infrastructure analysis, including combined sewer overflows, sanitary sewer and water supply systems, natural disaster planning, stormwater management planning, Low Impact Development (LID) analysis and planning, Total Maximum Daily Load (TMDL) analysis, water vulnerability assessments and watershed management. (8) Computer Data Management Services including a full range of computer data management activities, analyses and procedures that can be integrated into planning studies to provide for more cost-effective analyses. Such activities include, but are not limited to, data management assistance, preparation of graphics, preparation of web based report documentation, aerial photo interpretation, remote sensing and other web based applications. Other requirements include a full range of GIS capabilities, data management assistance, preparation of graphics, aerial photo interpretation, mapping and remote sensing. (9) Natural Disaster Emergency Planning and Preparedness Services including a full range of emergency planning and preparedness services for Natural Disasters. With regards to hurricane emergency planning and preparedness services, such activities include, but are not limited to, agency coordination, storm surge inundation modeling and GIS mapping tools, vulnerability analyses and assessment tools, hurricane evacuation zones development, community storm impact analyses, behavioral surveys and analyses, shelter analyses, and transportation and evacuation modeling and analyses. Other requirements include hurricane storm tracking software development (e.g., HURREVAC 2010) and the development and facilitation of hurricane planning and preparedness training. (10) Public Involvement Services including a full range of services to support community involvement programs, meeting and workshop facilitation and public outreach initiatives. Narratives shall be no longer than ten pages. Email responses are preferred. This announcement is part of our market research, and your responses are sought to identify sources that can supply these items in their entirety. The firm must demonstrate their capability of responding to and working on multiple, large task orders concurrently. Interested small businesses contractors and small business-led teams that qualify are hereby invited to submit a response to the market survey to demonstrate their interest in providing the requested items. Narratives shall be no longer than ten pages. Email responses are preferred. Comments may be in any format, but must include the offerors name, phone number, and email address. Comments will be shared with the Government and the project design team, but otherwise will be held in strict confidence. It is anticipated that the Government will issue a firm fixed price solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-10-S-0035/listing.html)
- Place of Performance
- Address: USACE District, Baltimore 10 South Howard Street, Baltimore MD
- Zip Code: 21203
- Zip Code: 21203
- Record
- SN02299322-W 20100930/100928234840-55c1ac4aceed6c57a777d0370e850d93 (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 |