SOURCES SOUGHT
C -- Scientific and Engineering Support Services for New York and New Jersey
- Notice Date
- 12/5/2017
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, New York, Attn: CENAN-CT, 26 Federal Plaza, New York, New York, 10278-0090, United States
- ZIP Code
- 10278-0090
- Solicitation Number
- W912DS18S0006
- Archive Date
- 1/4/2018
- Point of Contact
- Loretta E Parris, Phone: 917-790-8182
- E-Mail Address
-
loretta.e.parris@usace.army.mil
(loretta.e.parris@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Announcement Information for Scientific and Engineering Support Services Contract: Indefinite Delivery Contract for Scientific and Engineering Support Services associated with dredged material transport and placement at the Historic Area Remediation Site (HARS) and artificial reefs off the coasts of New York and New Jersey. THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY TO BE USED FOR MARKET ANALYSIS ONLY. NO AWARDS WILL BE MADE FROM THE RESPONSES TO THIS SYNOPSIS. NO SOLICITATION WILL BE AVAILABLE AT THIS TIME. THE PURPOSE OF THIS ANNOUNCEMENT IS TO GAIN KNOWLEDGE OF POTENTIAL QUALIFIED SMALL BUSINESS CONCERNS DOING WORK UNDER NAICS Code 541330. CONTRACT INFORMATION : The purpose of this announcement is to gain knowledge of potential small business sources; specifically small business, certified 8(a), certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns for potential IDC awards of approximately $5M. The NAICS Code is 541330 (size standard $15 million average annual receipts for preceding three fiscal years). Responses to this Sources Sought Announcement will be used to determine appropriate acquisition decisions for a future procurement. Interested firms must submit a qualifications statement (not more than 20 pages) including but not limited to the following information: a. Self-certification that your firm is a small business concern b. Indicate proposed team members to include: Name of prime firm and sub-consultants, addresses, role in this contract and POC information of each firm c. Organizational Chart of Proposed Team d. Demonstrate the capability to perform in accordance with EP 715-1-7, Chapter 3-8 (2) c which can be found at http://www.publications.usace.army.mil/Portals/76/Publications/EngineerPamphlets/EP_715-1-7.pdf?ver=2013-08-22-094139-520. There is a limitation on subcontracting whereby “at least 50% of the cost of contract performance incurred for personnel” must be expended for employees of the prime firm as required by FAR 19.508(e) and 52.219-14. e. Total number of employees dedicated to the contract, listing each employees function, professional discipline, college degrees, and professional license listing the state and date of registration f. Resume of the overall Project Manager and senior personnel of each key discipline shown below in the list of professional disciplines g. Demonstrate experience in the required scientific and engineering support services listed below. PROJECT INFORMATION: On September 29, 1997, the U.S. Environmental Protection Agency, Region 2 (EPA) de-designated the New York Bight Dredged Material Disposal Site, also known as the Mud Dump Site (MDS), and simultaneously designated the Historic Area Remediation Site (HARS). This action was the culmination of more than a year of cooperation and coordination between the White House Administration, the Department of the Army, the Environmental Protection Agency and the Department of Transportation. The MDS was designated in 1984 for the disposal of dredged material from navigational dredging and other dredging projects associated with the Port of New York and New Jersey and nearby harbors, by EPA, under its authority provided by the Marine Protection, Research and Sanctuaries Act (MPRSA) (62 FR46142). Historically, the NY Bight Apex had been utilized for ocean disposal of dredged material and a variety of waste products since the 1800s (USACE/USEPA 2010). The HARS is managed to reduce the impacts of historical disposal activities at the MDS and surrounding area to acceptable levels (in accordance with 40 CFR 228.11©), and is remediated with uncontaminated dredged material (i.e. “Remediation Material”) that meets current Category I standards, and will not cause significant undesirable ecological effects, including through bioaccumulation (62 FR 46142). The remediation consists of placing at least a one (1) meter “cap” layer (i.e. minimum required cap thickness) of acceptable dredged material on top of the existing surface sediments within the nine (9) Priority Remediation Areas (PRAs) of the HARS. The HARS (which includes the 2.2 square nautical mile MDS) is an approximately 15.7 square nautical mile area located approximately 3.5 nautical miles east of Sandy Hook, New Jersey and 7.7 nautical miles south of Rockaway, New York. The HARS (Figures 1 and 2) includes the following three areas: Priority Remediation Area (PRA): A 9.0 square nautical mile area to be remediated with at least 1 meter of Remediation Material. The PRA encompasses an area of degraded sediments. Buffer Zone: An approximately 5.7 square nautical mile area (0.27 nautical mile wide band around the PRA) in which no placement of the Material for Remediation will be allowed, but which may receive Material for Remediation that incidentally spreads out of the PRA. No Discharge Zone: An approximately 1.0 square nautical mile area in which no placement or incidental spread of Material for Remediation is allowed. The U. S. Army Corps of Engineers (USACE), New York District (NYD) is responsible for managing dredged material placement at the HARS. In conjunction with the regional office of the EPA (Region II), NYD prepared a Site Management and Monitoring Plan (SMMP) of the HARS in 1997 (updated in 2010), in accordance with MPRSA 102 (c)(3)(B), which identifies a number of actions, provisions and practices to manage remediation activities and monitoring tasks (USACE/USEPA 1997). The SMMP (USACE/EPA 2010) encompasses, through tiered selection criteria, precision bathymetric surveying, side-scan sonar analysis, sub bottom seismic profiling, surface and subsurface sediment collection and analysis (photography, benthic community structure analysis, grain size, chemical characteristics and toxicity, bioassays and bioaccumulation studies), water quality analysis, oceanographic and sedimentological process studies. The SMMP recommends that a complete bathymetric survey of the HARS be performed annually, in order to periodically assess the extent to which the HARS has received remediation material coverage. The SMMP is being used as a guideline to manage placement of dredged material at the HARS, to ensure efficient construction of the minimum 1-meter sediment cap, and to monitor changes at the HARS while remediation activities occur and, ultimately, to ensure remediation has been completed. Investigation of alternative locations for ocean placement of dredged materials may be necessary, during the final years of HARS remediation, and after HARS remediation is completed. Special Qualifications: Special qualifications include, but a r e not li m it ed to: capability and e x pe ri ence with; p r ec i s i on h y d r og r aph i c su rv e yi ng, sed i men t p r o fil e i mage ry collection and analysis, geotechnical data collection and analysis, mon it o ri ng of ma ri ne habitats, en vir onmen t a l testing and analysis, GIS use and f o r ma tti ng of GIS data, GIS me t ada t a p r epa r a ti on, and p r epa r a ti on of studies and r epo rt s. The con tr ac t o r mus t be f am ili a r with cu rr en t U.S. Ar m y Co r ps of Eng i nee r s r egu l a ti ons, guidelines, and p r ocedu r es. The con tr ac t o r mus t also have the capability to manage and supe rvi se other con tr ac t o r s and demons tr a t e the ability to handle the l a r ge v o l ume of w o rk under s tri c t deadlines. The con tr ac t o r mus t also be capable of p r o vi d i ng mon it o ri ng data in f o r ma t s compa ti b l e with the GIS so ftw a r e used by NY Di s tri c t. The con tr ac t o r mus t demons tr a t e in the subm itt a l its plan for successful quality assu r ance and i n t eg r a ti on of all disciplines to i nsu r e that a quality p r oduc t is p r oduced. Supe rvi so ry and/or key pe r sonne l should have advanced college deg r ees in an app r op ri a t e discipline or Hy d r og r aph i c Su rv e y o r ce rtifi ca ti on, and should have e x pe ri ence in the following: ( 1 ) scientific planning ( 2 ) budgeting ( 3 ) ma ri ne field w o rk ( 4 ) h y d r og r aph i c su rv e yi ng, ( 5 ) map p r epa r a ti on, ( 6 ) geotechnical data collection and analysis, ( 7 ) oceanog r aph i c data collection and analysis, ( 8 ) sed i men t o l og i ca l studies, ( 9 ) biological assessmen t, ( 10 ) GIS so ftw a r e de v e l opmen t and GIS data managemen t, and ( 11 ) r epo rt p r epa r a ti on. Cons i de r a ti on will only be given to fir ms that assemb l e a team of i n - house technical e x pe rt s and consultants with a p r o f ess i ona l staff consisting of the following disciplines: ( 1 ) P r o j ec t M anage r ( Resume Requ ir ed ) ( 2 ) Oceanog r aphe r ( Resume Requ ir ed ) ( 3 ) Bi o l og i s t ( Resume Requ ir ed ) ( 4 ) Eco l og i s t/ En vir onmen t a l Scientist ( Resume Requ ir ed ) ( 5 Sed i men t a ry Geologist ( Resume Requ ir ed ) ( 6 ) Hy d r og r aph i c Su rv e y o r ( Resume Requ ir ed ) ( 7 ) Sed i men t P r o fil e I mage ry analysis ( 8 ) G I S Specialist ( Geog r aphe r/ Ca rt og r aphe r/ Geospa ti a l Data Analyst) ( Resume Requ ir ed ) ( 9 ) B en t h i c Commun ity S tr uc t u r e Analysis ( Resume Requ ir ed ) ( 10 ) T echn i ca l Writ e r Subm it t h r ee ( 1 ) copy of qualification s t a t emen t s to: Attn: Loretta Parris, CENAN CT, Rm. 1843, U.S. Ar m y Co r ps of Eng i nee r s, NY Di s tri c t, 26 Fede r a l Plaza, New Y o rk, NY 10278 Loretta.E.Parris@USACE.army.mil Qualifications s t a t emen t s will not be accepted after 4:00 pm on the o ri g i na l r esponse date shown in the ad v e rti semen t in the Federal Business Oportunity
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS18S0006/listing.html)
- Place of Performance
- Address: U.S Army Corps of Engineers, Room 1843, 26 Federal Plaza, NY NY 10278, NY, New York, 10278-0090, United States
- Zip Code: 10278-0090
- Zip Code: 10278-0090
- Record
- SN04757044-W 20171207/171205231240-dc4afbef17d5a6fb4e441e4d6f12a28b (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 |