SOURCES SOUGHT
C -- Market Research & Sources Sought Notice for information on Capability/Availability of potential contractors interested in proposing on an IDIQ for AE Services for the Mobile District, USACE
- Notice Date
- 10/10/2012
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
- ZIP Code
- 36628-0001
- Solicitation Number
- W91278-12-L-0012
- Response Due
- 10/25/2012
- Archive Date
- 12/24/2012
- Point of Contact
- Kimberly L. Brackett, 251.441.5170
- E-Mail Address
-
USACE District, Mobile
(kimberly.l.brackett@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT SYNOPSIS and is not a solicitation announcement. Market Research and Sources Sought Notice for information on capability and availability of potential contractors interested in proposing on an Indefinite Delivery/ Indefinite Quantity (ID/IQ) for Architect and Engineering (AE) Services for the Mobile District, U.S. Army Corps of Engineers to provide engineering, design, and environmental support to Military, Civil, and Federal Agencies. It should be anticipated that the contractor will be required to perform services at federal/military projects throughout the world, including the Continental United States (CONUS), its territories, South and Central America and other world nations (OCONUS). The purpose of this Market Research and Sources Sought Notice is to gain knowledge of potential qualified Small Businesses, HUBZone, 8(a), Service Disabled Veteran owned and Women Owned Small Business firms. Responses to this Sources Sought Synopsis will be used by the government in making appropriate acquisition decisions. The U.S. Army Corps of Engineers, Mobile District, anticipates a future procurement to acquire an ID/IQ for AE services for the Mobile District to provide engineering, design, and environmental support to Military, Civil and Federal agencies. Contractor will be required to perform services CONUS and OCONUS. AE Services provided under this contract will include, but are not limited to, all types of environmental engineering, design, and support for the following: Department of Defense, U.S. Army, U.S. Air Force, U.S. Marine Corps, U.S. Navy, the Reserve Component, Defense Logistics Agencies, U.S. Army Corps of Engineers, U.S. Environmental Protection Agency, U.S. Coast Guard, Department of Homeland Security, and other Federal agencies. Specific services will include environmental restoration; hazardous, toxic, and radiological waste investigation, remediation planning, soil sampling, sediment sampling, surface water sampling, groundwater sampling, groundwater fate and transport modeling; identification of ARARs, and risk assessment; water and wastewater supply, distribution, recycling, reuse, modeling, studies, fire protection system analysis, pumping systems transient analysis, operability, manpower assessments, and initiatives; conventional and membrane water treatment study and design; environmental site assessments and hazardous material sampling/reporting. Specific services may include scientific analyses and assessments of biological, ecological, resources, and parameters at all study and survey levels; threatened and endangered species inventories and surveys; biological evaluations and assessments; identification of current trends and trend analysis; cumulative effects, and projected land uses, including potential use and reuse alternatives; and identification and evaluation of potential impact mitigation measures. Services may include preparation of any of the following: decision documents, remedial design and corrective measures studies, design documents, permits, reports, databases, assessments, audits, and studies associated with preparation of environmental documentation for CERCLA, RCRA, Clean Water Act, Clean Air Act, Energy Policy Act, Department of Defense Instruction, Executive Orders, policy, guidance, and programmatic and operational program execution strategy, etc.; records management; information technology tool refinement/customization/population and implementation; master plans/general plans; permitting; technical support; coordination with interested Federal, state and local agencies and organizations; preparation of public involvement plans and facilitation of public meetings; economic evaluations; and environmental management plans. The proposed contract duration will be five years. Sources are being sought for firms with a North American Industry Classification System (NAICS) Code of 541330 with a Small Business Size Standard of $14,000,000 average annual receipts over three years. Responses are requested with the following information, which shall not exceed a total of eight pages. 1. Offeror name, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification to include any designations as Small Business, HUBZone, Service Disabled Veteran Owned, 8(a), or Women Owned Small Business shall be indicated on first page of submission. 3. Description of capability to perform the proposed synopsis, manage subcontractors, prepare and comply with various environmental documents and permits, and capacity to execute this contract with other ongoing contracts. 4. Past performance/experience on projects of similar scope and magnitude, describing no more than five projects completed by the prime firm that are at least 80% complete within the past five years. Projects presented by team members or potential subcontractors will not be considered. The past performance information should include project title, location, general description to demonstrate relevance to the proposed synopsis, the Offerors' role, dollar value of contract, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). 5. Professional qualifications of employees of the prime firm with the following disciplines: (a) Project Manager; (b) Environmental Specialist; (c) Geologist; (d) Civil Engineer; and (e) Regulatory Specialist. A specialist is defined as having a degree in engineering, geology, or science from an accredited university, training in the area of specialization, and at least five (5) years recent and direct experience. Professional registration is required for the Geologist (Professional Geologist PG) and all Engineering (Professional Engineer PE) disciplines. 6. Description of capability of the prime firm to perform at least 50% of the cost of the contract by employees of the prime firm. Responses should be submitted via e-mail to Kimberly Brackett, Contract Specialist at Kimberly.L.Brackett@usace.army.mil. You may also mail submittals or send overnight courier to U.S. Army Corps of Engineers, Mobile District, 109 St. Joseph Street, Mobile, AL 36602-3620. ATTN: Contract Division, Mrs. Kimberly Brackett. Submittals are due no later than 15 calendar days after the date of this notice. Submittals will not be returned. Telephonic responses will not be honored. This is not a Request for Proposal, only a Request for Information. No award will result from this Sources Sought. This notice does not constitute any commitment by the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-12-L-0012/listing.html)
- Place of Performance
- Address: USACE District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
- Zip Code: 36628-0001
- Zip Code: 36628-0001
- Record
- SN02911215-W 20121012/121010234121-7c2d99b5b39efe405a1555d374433934 (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 |