SOURCES SOUGHT
R -- Soures Sought Announcement
- Notice Date
- 6/20/2012
- Notice Type
- Sources Sought
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
- ZIP Code
- 35807-4301
- Solicitation Number
- W912DY12ROMES
- Response Due
- 7/23/2012
- Archive Date
- 9/21/2012
- Point of Contact
- chaquandra, 256-895-1261
- E-Mail Address
-
USACE HNC, Huntsville
(chaquandra.k.wilson@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 1.The US Army Engineering and Support Center in Huntsville (CEHNC), Alabama has a requirement under the Defense Logistics Agency (DLA), Defense Energy Support Center (DESC), Defense National Stockpile Center (DNSC), Defense Distribution Center (DDC) and other Department of Defense (DOD) entities to develop up to date Operation, Maintenance, Environmental and Safety (OMES) Plans and Baseline Assessment Strategies (BAS) for the transportation of oil and hazardous materials and/or liquids at various fuel facilities worldwide. These OMES/BAS Plans must be reviewed at least once every calendar year and maintained so that they are current as required by federal regulation. Operation and maintenance engineering services are expected to include, but will not be limited to: development of operation and maintenance manuals, pipeline mapping, pipeline inspection in accordance with API 570 requirements and emergency repair, installing valve pit covers, pipeline smart pigging, pipeline pressure testing, fuel system evaluations/facility assessments, tank inspections in accordance with API 653 requirements, UST/AST cleaning, removal, and installation, tank tightness testing, cathodic protection system evaluations, and environmental audits. Environmental Management System (EMS) and Environmental Safety and Occupational Health (ESOH) services provided under this contract will comply with ISO 14001, to meet requirements placed on appropriate DoD facilities per Executive Orders (EO) 13148 and 13423. The services required require the capability to perform work Outside the Continental United States (OCONUS) and throughout the Continental United States (CONUS), District of Columbia, Alaska, Hawaii, and U.S. Territories and possessions. Performance may be required in multiple geographic locations. The OMES/BAS Plans may also require the translation of documents from English to the specified language of OCONUS location. 2.The Government is performing market research primarily in order to determine if there are firms that possess the capability to execute the requirements of this anticipated request for proposal (RFP). This synopsis is for market research purposes only and IS NOT A REQUEST FOR PROPOSALS nor does it restrict the Government as to the ultimate acquisition approach. Therefore, we further invite all business concerns to provide a capability statement in response to this requirement. Pursuant to FAR 4.1102(a), prospective contractors shall be registered in the Central Contractor Registration (CCR) database prior to award of a contract. Contractors are encouraged to obtain further information on CCR registration at the following website: http://www.ccr.gov/. This announcement does not obligate the Government to award a contract nor does it obligate the Government to pay for any bid/proposal preparation costs. 3.If your firm would be interested in such work, you are requested to submit a capability statement that addresses as a minimum, the questions presented within this announcement. The Government does not intend to rank submittals or provide any reply to interested firms. North American Industry Classification System (NAICS) Code 541620 is applicable to this acquisition. The proposed award will consist of one base (beginning May 2013) and no more than two 12-month optional periods of performance. It is estimated that the contract capacity ceiling will not exceed $3M (even if the contract term ends up being 3 years). 4.NOTE: Registration as an interested vendor for this synopsis does not in any way exempt your firm from submitting the required capability questionnaire. Therefore, if your firm would like to be considered an interested source for this requirement, please submit a capability questionnaire in accordance with this announcement. 5.THIS IS NOT A FORMAL SOLICITATION. Contractors who feel they can provide the U.S. Army Engineering & Support Center, Huntsville, AL, with the above services are invited to submit in writing an affirmative response which includes as a minimum the following information: a.What is the name of your business? b.What is your business address? c.Is your firm a large business, small business, a certified 8(a) small business, certified HUBZone business, Alaskan Native, Native American, Tribal, and/or Service Disabled veteran owned concern according to NAICS code 541620? (Specify all that apply.) d.Would your firm propose on this project as a prime contractor, prime contractor with subcontractor(s), prime contractor with team member subcontractor(s), or a joint venture? (If you have proposed a joint venture, identify to the extent possible, your team members. Identify the business size of your team members or joint venture firms. If a teaming arrangement is planned, give details to the extent practicable on how the team likely will be composed. See FAR subpart 9.6 for Government policy on teaming arrangements, 8(a) Program regulations described in 13 CFR 124.513, and limitation on subcontracting guidelines noted in Federal Acquisition Regulation (FAR) 52.219-14 e.Describe your experience in the following areas: i.Development of OMES/BAS Plans for the transportation of oil and hazardous materials and/or liquids at various fuel facilities worldwide or perform environmental and operation and maintenance engineering services as described in Paragraph 1 above ii.General management, quality management and quality control necessary to deliver services within schedule and in accordance with project requirements. NOTE: Response should also entail a description of your corporate quality management/control program. iii.Performing environmental compliance assessments, topographic/hydrographic surveys, development of geographic information systems (GIS), geological/hydrological evaluations, engineering evaluations/cost analyses (EE/CAs); Hazard Ranking System (HRS) scoring, Preliminary Assessments, Site Investigations, Remedial Investigations, and sampling/analysis of environmental media (water, soil, air) for hazardous and toxic waste (HTW) f. Briefly summarize projects performed in the last five years that demonstrate your experience in performing services similar to those listed in paragraph one above. Include point of contact information, dollar value, and location for each project 6.All responsible sources are encouraged to submit a capability statement response to this announcement. All such responses will be considered by the agency. Responses can be submitted electronically using the following address: Chaquandra.K.wilson@usace.army.mil and Earl.W.Johnson@usace.army.mil OR submitted in hard copy format using the following address: The United States Army Engineering and Support Center ATTN: CEHNC-CT-B (Chaquandra Wilson) 4820 University Square Huntsville, AL 35816-1822 7. All responses shall be received by 02:00 PM central time on 23 July 2012. Responses shall be no more than 10 pages (single spaced, front side only, no smaller than Times New Roman, font size 12 or equivalent). Extraneous materials (brochures, manuals, etc.) will not be considered. Questions concerning this announcement shall be submitting in writing via email to both Contract Specialist Chaquandra Wilson (email address noted above) and Contracting Officer Earl Johnson (email address noted above). The Government does not intend to rank submittals or provide any reply to interested firms.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY12ROMES/listing.html)
- Place of Performance
- Address: USACE HNC, Huntsville P. O. Box 1600, Huntsville AL
- Zip Code: 35807-4301
- Zip Code: 35807-4301
- Record
- SN02780856-W 20120622/120620235442-28bda58819b6416cff3c51c4e9de54d2 (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 |