MODIFICATION
R -- Sources Sought - Professional Environmental Services
- Notice Date
- 10/15/2012
- Notice Type
- Modification/Amendment
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- USACE District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
- ZIP Code
- 76102-0300
- Solicitation Number
- W9126G-13-R-0004
- Response Due
- 10/17/2012
- Archive Date
- 12/16/2012
- Point of Contact
- Sue Jones, Phone: 8178861075
- E-Mail Address
-
sue.jones@usace.army.mil
(sue.jones@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS For PROFESSIONAL ENVIRONMENTAL SERVICES This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS, THEREFORE NO CONTRACT WILL BE AWARDED AT THIS TIME. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will not be notified of the results of the evaluation. The U.S. Army Corps of Engineers - Fort Worth has been tasked to solicit and award service contract(s) for the following services: A. National Environmental Policy Act (NEPA) support and other studies in direct support of other Federal Civil Works/Military environmental laws and regulations including, but not limited to: environmental assessments (EAs)/environmental impact statements (EISs) addressing proposed Federal project alternative impacts, natural resources studies, endangered and threatened species, Habitat Evaluation Procedures (HEP), jurisdictional wetland determinations, flora/fauna inventories, air/water/noise compliance planning/assessments/technical analysis/media inventories/permit applications, mitigation plans, integrated natural resource management plans, natural environment enhancement or restoration, and cultural resources. B. Environmental Performance Assessment System (EPAS) Support involving the environmental compliance audit/assessment of facility DoD TEAM Guide protocol areas including but not limited to air emissions management, hazardous materials/waste management, natural resource management, pesticide management, petroleum/oil/lubricant management, solid waste management, storage tank management, toxic substances management, wastewater management, water quality management, and other environmental issues (environmental impacts, pollution prevention, noise, environmental program management, waste munitions management, etc.). EPAS support involves gathering/reviewing applicable environmental Federal/state/local laws and regulations, inspecting facilities recording (and possibly photographing) and validating (QA/QC) initial finding data, classify relative severity concern of each finding, reviewing and determining potential root-cause of noncompliance findings, recording/ developing a draft digital set of resultant environment compliance findings, uploading data into a government repository using agency-specific software for agency review and storage, preparing Environmental Performance Assessment Report (EPAR) and draft Installation Correction Management Plan (draft ICAP), and coordinating/briefing findings (including slide preparation) to agency representatives accordingly throughout the process. Firms must understand and have experience in implementing EPAS process and protocol audits, familiarity with DOD facilities/training sites, software management tools, and ability to conduct EPAS program training for DoD user personnel if required. Firms must have a composite team of experts skilled in the inspection/review/recognition of compliance issues based EPAS protocol areas and environmental management documents/records. C. Both functional areas as described above in items A and B for NEPA and EPAS, respectively. Basic EPAS and NEPA functional area is unchanged. Under this item, firm must also be able to perform specialized/complex media studies such as complex air, noise, and water modeling where aerial and/or regional effects are determined; conduct an air conformity analysis for a major construction activity in a designated nonattainment area; conduct a detailed air emission inventory at a major installation such as Fort Hood or Fort Bliss or Fort Polk; and prepare a major permit application such as New Source Emission or Major Title V Permit application. The p roposed acquisition(s) will be competitive, firm fixed price, indefinite-delivery, indefinite -quantity contract(s). The type of set-aside decision(s) to be issued will depend upon the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of all members of industry, to include the Small Business Community. The Government must ensure there is adequate competition among the potential pool of responsible firms. Small business, Section 8(a), HUBZone, and SDVOSB businesses are highly encouraged to respond to this sources sought. The Government is seeking qualified, experienced sources for professional services in the NEPA/natural resources and/or EPAS arenas as described in the functional area discussion above. Minimum capabilities required include the following: •A. NEPA and other environmental studies. Proficient knowledge and experience to conduct environmental studies/investigations of the type and function as discussed in the applicable function description above. Ability to organize, resource, and perform more than four environmental assessment studies for Federal agency (or Federal agencies) concurrently. In addition, ability to send a team of least four individuals to conduct a field investigation for any given NEPA or other natural resource study for at least a given continuous 5-day work period. •B. EPAS Support. Proficient knowledge and experience to conduct EPAS investigation of the type and function as discussed in the applicable functional description above. Ability to perform four or more large EPAS projects (either 4 single major installations or 4 separate projects each including 25 to 35facility locations scattered throughout a state or region) concurrently (field work does not have to run concurrently). In addition, ability to send a large EPAS team of 12 to 14 individuals (with 3 back-ups) to conduct a field investigation for any given EPAS study for up to a 2-week work period field visit. •C. Both NEPA and EPAS functions. EPAS capabilities same as discussed above. For NEPA, firm has the additional ability to organize, resource, and perform more than four environmental impact statement studies for a Federal agency (or agencies) concurrently. In addition, ability to send a team of up to eight individuals to conduct a field investigation for any given NEPA or other natural resource study for at least up to a 2-week work period field visit. Also, have the ability and sufficient staff to conduct seasonal (or impromptu precipitation event) media sampling or bio-monitoring involving four or more field personnel. Firm must also be able to perform a specialized/complex media study (see functional description above). The contract period of performance is for a base and two options. The total contract capacity is estimated at $49,750,000. The estimated minimum size of a task order is $3,000. The estimated maximum size of a task order is $5,000,000 with the average size task order being $225,000. Firms must have ability to perform up to four task orders simultaneously. The North American Industry Classification System code for this procurement is 541620 which has a small business size standard of $14M. The Federal Supply Code is 8748. Small Business firms are reminded under FAR 52.219-14, Limitations on Subcontracting that they must self perform at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern for service-type procurement. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Award will be based on selection of the best value in accordance with Part 15 of the Federal Acquisition Regulation. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this Synopsis shall be limited to 7 pages and shall include the following information : 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform in the following functional areas. Clearly indicate which functional area your firm is providing capability(ies) for (A, B or C): A. For Function Area A, each responding firm should include at least three (3) projects, in which the total deliverable costs were in excess of $50,000 for each project; each specific to NEPA (EISs or EAs) work for a proposed Federal Government action (Civil Works or Military); and each fully executed within the last five years. Contractor should be the prime contractor, unless a substantial role was taken as a subcontractor. In each NEPA effort, the responding firm should identify work with the project title, whether performing the specific work as a prime or subcontractor, beginning and ending dates of project, brief description, and project cost. B. For Function Area B, each responding firm should include at least three (3) projects specific to conducting (including overall management and execution of) EPAS for DoD for each specific project in excess of $150,000 for each State assessment and completed within the last five years. Contractor should be the prime contractor for each project listed. In each EPAS effort, the responding firm should identify work with the project title, beginning and ending dates of project, brief description, and project cost. C. For Functional Area C, responding firm should include 4 NEPA projects and 3 DoD EPAS projects and 1 to 3 specialized/complex media studies within the last five years. The NEPA project responses shall be similar to those listed for Function Area A except that the contractor must list at least one additional completed or ongoing EIS project and at least two of the 4 NEPA projects must be in excess of $150,000. In addition, the responding firm should include a specialized/ complex media study in excess of $100,000 or three smaller studies totaling $150,000 (see Functional Area C description above). EPAS project responses shall be the same as listed Function Area B above. For each project, the responding firm should identify work with the project title, beginning and ending dates of project, brief description, and project cost. 4. Firm's Business Size - LB, SB, 8(a), HUBZone, and SDVOSB 5. Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable Interested Firm's shall respond to this Sources Sought Synopsis no later than 22 OCT 12 NLT 0900. All interested firms must be registered in CCR to be eligible for award of Government contracts. Email your response to Sue Jones, Fort Worth District, sue.jones@usace.army.mil. FIRMS THAT HAVE ALREADY RESPONDED TO THIS SOURCES SOUGHT ARE REQUESTED TO ENSURE THAT THE INFORMATION REQUESTED ABOVE IS PROVIDED AS A SUPPLEMENT TO THE ORIGINAL REQUEST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-13-R-0004/listing.html)
- Place of Performance
- Address: USACE District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
- Zip Code: 76102-0300
- Zip Code: 76102-0300
- Record
- SN02913864-W 20121017/121015234210-e3d044875ec342dd820dffff4246acc7 (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 |