SOURCES SOUGHT
Y -- MATOC for Miscellaneous Environmental Services and Sediment Sampling and Evaluation FY 2011-2016
- Notice Date
- 7/15/2011
- Notice Type
- Sources Sought
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
- ZIP Code
- 98124-3755
- Solicitation Number
- W912DW-11-R-0059
- Response Due
- 7/22/2011
- Archive Date
- 9/20/2011
- Point of Contact
- Maria Colville, (206) 764-6070
- E-Mail Address
-
USACE District, Seattle
(maria.a.colville@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT SYNOPSIS TO CONDUCT MARKET RESEARCH FOR DEVELOPING A PROCUREMENT STRATEGY FOR AN UPCOMING CONTRACT FOR "MATOC for Miscellaneous Environmental Services and Sediment Sampling and Evaluation FY2011-2016." THIS IS NOT A SOLICITATION ANNOUNCEMENT. Responses to the Sources Sought Synopsis should be received as soon as possible but no later than 2:00 pm (Pacific Time) on July 22, 2011. The responses should be forwarded to the attention of Maria Colville, Contract Specialist, by email: maria.a.colville@usace.army.mil, or fax to 206-764-6817, or mailed to: Seattle District Corps of Engineers, Attn: CECT-NWS Attn: Maria Colville, 4735 East Marginal Way South, Seattle, WA 98134-2329. The purpose of this notice is to gain knowledge of potentially qualified Small Businesses (SB), 8(a), Small Disadvantage Business (SDB), Woman Owned Business, Service-Disabled Veteran Owned Small Business (SDVOSB), or HUBZone prime contractor business sources and their size classifications relative to the North American Industry Classification System (NAICS) code of 541620, Environmental Consulting Services. Depending upon the responses in the small business categories listed above, the solicitation will either be set aside in one of the latter categories or be issued as unrestricted open to both small and large business. Work required under this contract will consist of technical and logistical support for Federal navigation projects, as well as technical and scientific support for a variety of miscellaneous environmental services in Washington, Oregon and potentially Alaska. Work will include utilization of established field and laboratory sampling and data collection protocols, logistical support of field studies, development of relevant documentation required by Federal and state regulations (including environmental impact statements, environmental assessments biological evaluations, NEPA documentation) literature searches, and coordination with Federal, state, Tribal and local agencies. Tasks in this ID/IQ could include: 1.Sediment characterization of various marine, brackish and freshwater sediments 2.Design of navigation channels, mechanical and hydraulic dredge equipment and operations 3.Acoustic Doppler evaluations 4.Technical DAIS data entry 5.Wave data analyses 6.Water quality monitoring 7.All NEPA required documentation, including environmental assessments and environmental impact statements 8.Threatened and endangered species and essential fish habitat analyses 9.All ESA required documentation, including biological assessments and biological evaluations 10.Section 106 National Historic Preservation Act resource inventories and documentation for historical analyses and archaeological analyses 11.Fish and wildlife studies, especially at Federal impoundments (e.g. population analyses and modeling, carrying capacity) 12.Wetland inventories and functional analyses, restoration planning 13.Juvenile Dungeness crab studies in Washington state estuaries 14.Adult shellfish investigations in Washington state estuaries 15.Watershed analyses/Geohydrology assessments 16.Biological and physical oceanography surveys and studies 17.Airborne and spaceborne remote sensing technology and management of technical remote sensing applications. REQUIREMENTS: Provide the following in response to this sources sought synopsis: 1.Five examples of past experience projects being the Prime Contractor for interdisciplinary ID/IQ projects performed within the last five (5) years. Examples should include the following information: a.A description of the task order; b.Dollar amount of the work; c.Description of the deliverables provided to the client; d.Management of the multidisciplinary task order teams ; and e.Contract information for the past experience project. 2.Provide your company's CAGE code. Please note that this synopsis is for planning purposes only and does not constitute a solicitation for competitive bids/proposals and is not to be construed as a commitment by the Corps. However, all interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and ability to meet all requirements stated above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-11-R-0059/listing.html)
- Place of Performance
- Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
- Zip Code: 98124-3755
- Zip Code: 98124-3755
- Record
- SN02500047-W 20110717/110715234838-e6d4235d7979f24912512ff43eaae274 (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 |