SOURCES SOUGHT
F -- US Army Corps of Engineers, Tulsa District, Sources Sought Announcement for and IDIQ Environmental Service Contract for Fort Bliss, New Mexico and Texas
- Notice Date
- 3/1/2011
- Notice Type
- Sources Sought
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- USACE District, Tulsa, ATTN: CESWT-CT, 1645 South 101st East Avenue, Tulsa, OK 74128-4609
- ZIP Code
- 74128-4609
- Solicitation Number
- W912BV-11-R-0039
- Response Due
- 3/15/2011
- Archive Date
- 5/14/2011
- Point of Contact
- Brenda Anderson, 918-669-7274
- E-Mail Address
-
USACE District, Tulsa
(Brenda.K.Anderson@swt03.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT NOTICE. This announcement seeks information from industry which will be used for preliminary planning purposes and market survey information only, to be used for acquisition strategy development. No proposals are being requested and will not be accepted in response to this sources sought. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SOURCES SOUGHT. The U.S. Army Corps of Engineers - Tulsa District has an upcoming requirement for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for the provision of environmental services in support of Fort Bliss, Texas and New Mexico; to include firm fixed price, performance based, and potentially a time and materials basis. No reimbursement will be made for any costs associated with providing information in response to this sources sought or any follow up information requests. The purpose of this sources sought is to gain knowledge of interest, capabilities and qualifications of various members of industry, namely the Small Business Community to include Small Business, Section 8(a), Women Owned Small Business (WOSB), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business, and Small Disadvantaged Business. The type of solicitation to be issued will depend upon the responses to this sources sought. The Government must ensure there is adequate competition among the potential pool of responsible contractors. FULL DESCRIPTION OF THE PROJECT TO INCLUDE The Government is seeking qualified, experienced firms capable on National Environmental Policy Act (NEPA), Conservation Compliance support, and Program Support services. Core conservation and NEPA support included in this contract are: Professional Environmental Management and Management Support services that will include intermittent cultural and natural resources investigations, NEPA compliance support and documentation, and program management support activities. Conservation compliance efforts include: expertise/knowledge on the Chihuahua Desert flora and fauna; and Endangered, Threatened and species of special concern. Related Environmental Program Support Services that would be procured using this contract include but are not limited to administrative, automatic data processing, geographical information systems (GIS), hazardous materials/waste management and handling, and other scientific and technological investigations that support environmental programs on Fort Bliss. These services would be in direct support of Ft. Bliss, both in Texas and New Mexico. Capacity and capability to perform work on a wide variety of sites located at Ft. Bliss, in a manner that complies with Federal, State, and Local, regulations and laws, and within the required time frame are required. It is anticipated that multiple projects may be awarded simultaneously to the selected firm(s). Firms shall demonstrate adequate team capacity to coordinate, and manage multiple task orders concurrently to meet required milestones. This would be an IDIQ contract with a 2 year base option plus 3 one-year options. Each year shall not exceed $8,000,000. An option year may be exercised when the contract amount for the base year or preceding option year has been exhausted or nearly exhausted. The total contract amount shall not exceed $40,000,000. Small Business firms are reminded of the requirement under FAR 52.219-14, Limitations on Subcontracting, to self-perform 50% or more of the work. Existing and potential Joint-Ventures, Mentor-Protege and teaming arrangements are acceptable and encouraged. Prior Government contract work is not required for submitting a response under this sources sought synopsis. North American Industrial Classification System (NAICS) Code(s) applicable to this acquisition: Primary NAICS Code is 541620 - Environmental Consulting Services. Small Business Size Standard is $7,000,000. Award will be based on overall "Best Value" to the Government. Anticipated solicitation issuance date is on or about 1 May 2011, and the estimated proposal due date will be on or about 1 June 2011. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov on or about 15 April 2011. Contractors must respond to this sources sought by completing the standardized questionnaire provided at the below URL. Responses must be provided by 1700 CST on 15 March 2011. All interested firms must be registered in CCR to be eligible for award of Government contracts. SURVEY LINK = https://www.surveymonkey.com/s/6GHVD3K NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. In addition to the online questionnaire, Contractors must also submit a capabilities statement which shall be limited to 5 pages and include the following information: 1. The Government is requesting that interested members of the Small Business Community furnish the following information: Company name, address, point of contact, telephone number, and email address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Type of Small Business Community member (Small Business (SB), Section 8(a), Historically Underutilized Business Zones (HUBZone), Service Disabled Veteran Owned (SDVOSB), Veteran-Owned Small Business, Woman-Owned Small Business (WOSB), etc.) under the North American Industry Classification System (NAICS) code 541620 which contains a size standard of $7,000,000.00. FSC for this requirement is F999, Other Environmental Services. 4. Provide a general statement of your capabilities. 5. Demonstrate specialized experience and technical competence in the preparation of all the varieties of NEPA and cultural resources, compliance and its/inspections, reporting, handling, research and associated multidisciplinary impact analysis & knowledge, plans, reports in cultural resources and consultations, and provide a minimum of three examples within the past two years. 6. Include name, address, telephone number, email address of references, contract number, total contract value and period of performance. Contracts must be same or similar to the work described in this announcement. 7. Describe ability to perform work in target geographic location. 8. Firm's Joint Venture and/or Mentor-Protege information if applicable - existing and potential. Questions concerning this sources sought should be e-mailed to the Contract Specialist, Ms. Brenda Anderson, at Brenda.K.Anderson@usace.army.mil. PERSONAL VISITS OR PHONE CALLS FOR THE PURPOSE OF DISCUSSING THIS SOURCES SOUGHT WILL NOT BE ENTERTAINED. Email your capabilities statement to Brenda.K.Anderson@usace.army.mil. Contracting Office Address: USACE District, Tulsa, ATTN: CESWT-CT, 1645 South 101st East Avenue, Tulsa, OK 74128-4609 Point of Contact(s): Brenda Anderson, 918-669-7274
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV-11-R-0039/listing.html)
- Place of Performance
- Address: USACE District, Tulsa ATTN: CESWT-CT, 1645 South 101st East Avenue Tulsa OK
- Zip Code: 74128-4609
- Zip Code: 74128-4609
- Record
- SN02390896-W 20110303/110301235224-07ccbc8dc17705fd5146402e387e77c6 (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 |