SOURCES SOUGHT
C -- A/E Environmental Services
- Notice Date
- 5/30/2012
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
- ZIP Code
- 40202-2230
- Solicitation Number
- W912QR-AEENVIRONMENTAL
- Response Due
- 6/14/2012
- Archive Date
- 8/13/2012
- Point of Contact
- Heather Bauer, 502-315-6192
- E-Mail Address
-
USACE District, Louisville
(heather.d.bauer@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- MARKET SURVEY A Market Survey is being conducted to determine if there are interested and qualified Small Business, HUBZone small business, 8(a) small business, Economically Disadvantaged Women Owned Small Business, or Service Disabled Veteran Owned small business contractors for the following proposed project: Title: An Indefinite Delivery Indefinite Quantity (IDIQ) Base Contract for Small Business Architect/Engineer Environmental Services. Type of action: Base IDIQ Contract awards, for the purpose of providing A/E Environmental Services will potentially be awarded to multiple Small Businesses and Set-Asides. POSSIBLY including a combination of selections of each of the following set asides: Small Business, HUBZone small business, 8(a) small business, Economically Disadvantaged Women Owned small business, or Service Disabled Veteran Owned small business. Task Orders will be issued against the base contract on an as needed basis., In the circumstance that a particular small business is classified under more than one (1) Set-Aside designation, that small business will only be awarded one (1) of the available contracts. Location - The contractors will be required to perform services at federal/military and civil works projects throughout the world, including the Continental United States, its territories, and other locations outside the contiguous United States within the USACE's assigned mission areas. Description: A/E services are required for an IDIQ contract to provide environmental support to the federal Government. It includes professional services to support military and civil environmental programs for several federal agencies including but not limited to Army, Army Reserves, National Guard, Air Force, Navy, Marine Corps, Defense Logistics Agency, other Department of Defense Services and other Federal Agencies. Criteria: Firms must be capable of performing work on a wide variety of Hazardous, Toxic, and Radiological (HTRW) sites in addition to other environmental sites in a manner that complies with federal, state, and local regulations and laws, and within timeframes required. Specific needs will be determined based upon project requirements and as described in each task order. A-E Services required under this contract include, but are not limited to: performing environmental studies, designs, and general support of environmental issues under Resource Conservation and Recovery Act (RCRA), Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), Superfund Amendments and Reauthorization Act (SARA), Toxic Substances Control Act (TSCA), Clean Water Act (CWA) and other federal programs; performing environmental studies, designs, and general support of environmental issues under State and Local environmental laws and regulations; conducting site investigations and assessments; remediation investigations/feasibility studies; remedial designs; feasibility and other engineering studies and reports; preparing Environmental Condition of Property reports; performing NEPA analysis and documentation; conducting archaeological investigations and mitigation; biological evaluations and assessments; performing wetlands determinations and mitigation studies; groundwater and other modeling; contaminant fate and transport analysis; surveying and mapping; community relations; resource and regulatory agency coordination; construction-phase services (engineering-design during construction, checking shop drawings); preparation of plans and specifications; value engineering screenings and studies; sustainability screenings and studies; evaluation of reasonably foreseeable renewable energy sources; pilot studies; performing risk assessments; hazard evaluations; field inspections; developing Data Quality Objectives (DQOs); chemical QA/QC; conducting surface/subsurface soil, sediment, and rock sampling/testing; subsurface exploration; water sampling/testing; conducting laboratory analyses (water, soil, lead paint, asbestos, etc); cost estimating and engineering; and working on a variety of hazardous waste and other environmental type projects, including radioactive and mixed waste, energy conservation, sustainable remediation, pollution prevention, waste reduction, reuse of recovered materials, underground storage tanks and fueling systems, habitat restoration and mitigation, and sites potentially contaminated with military munitions. The munitions services consist of conducting preliminary assessments, site inspections, remedial investigations, and feasibility studies. For on-site investigations, firms must provide personnel with current health and safety training, as required by the Occupational Safety and Health Administration (OSHA) and adhere to all USACE requirements for Health and Safety. Estimated Advertisement Date: 29 June 2012 Contract duration is estimated to be three (3) year base period with an option to extend for an additional two (2) years. NAICS is 541330. Size limitation is $14 million. All interested Small Business, HUBZone small business, 8(a) small business, Economically Disadvantaged Women Owned small business, and Service Disabled Veteran Owned small business contractors should notify this office in writing by mail on or before 14 June 2012 at 10:00 am Eastern Standard Time. Responses should include identification as a Small Business or verification of the company by the Small Business Administration, as either a certified Small Business, HUBZone small business, 8(a) small business, Economically Disadvantaged Women Owned small business, or Service Disabled Veteran Owned small business. Send responses to the U.S. Army Corps of Engineers, Louisville District, 600 Dr. Martin Luther King Jr. Place, Room 821, ATTN: Heather Bauer, Louisville, Kentucky 40202-2267 or by email to heather.d.bauer@usace.army.mil. This is NOT a request for proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately for responses to this market survey.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-AEENVIRONMENTAL/listing.html)
- Place of Performance
- Address: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
- Zip Code: 40202-2230
- Zip Code: 40202-2230
- Record
- SN02761660-W 20120601/120531000204-cbb916589d86a3debb5b1d6e5a7315a1 (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 |