Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 20, 2018 FBO #6236
MODIFICATION

B -- Environmental Services

Notice Date
12/18/2018
 
Notice Type
Modification
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
CESAW-CT, 69 Darlington Ave Wilmington NC 28403-1343
 
ZIP Code
28403-1343
 
Solicitation Number
W912PM19R0005
 
Response Due
12/21/2018
 
Point of Contact
Karri L. Mares, Contracting Officer, Phone 9102514863, - Charlenne Figgins, Phone 9102514473
 
E-Mail Address
karri.l.mares@usace.army.mil, Charlenne.L.Figgins@usace.army.mil
 
Small Business Set-Aside
Total Small Business
 
Description
*UPDATED to add to the description for clarifications purposes and to correct the proposed set-aside. Note, this is for market resesarch purposes only. The actual set-aside and strategy will be determined at a later date.* NAICS Code: 541620 Set Aside: Small Business Description of Work: The U.S. Army Corps of Engineers Wilmington District, is contemplating a solicitation for a full range of environmental and related services to the U.S. Army Corps of Engineers (USACE) and its customers. The environmental services generally consist of environmental compliance (to include but not be limited to the National Environmental Policy Act, National Historic Preservation Act, Endangered Species Act, and Clean Water Act), environmental restoration, environmental conservation (to include ecosystem restoration), and pollution prevention. Generally the services may include, but will not be limited to, the furnishing of labor, transportation, equipment, material, supplies and supervision to provide the following tasks: a. Analysis of environmental impacts pertaining to project alternatives b. Preparation of National Environmental Policy Act (NEPA) documents such as: i. Environmental Assessments; ii. Findings of No Significant Impact; iii. Environmental Impact Statements; and iv. Records of Decision c. Preparation of Biological Assessments of project impacts on protected species d. Development of management and/or mitigation plans e. Conduct surveys and/or monitoring for protected species f. Establish and/or upgrade GIS systems g. Lead-based paint investigations h. Asbestos and radon surveys i. Indoor air quality monitoring and corrective actions j. Wetland delineation k. Prepare Section 404 reports and applications for Section 401 state water quality certification l. Habitat analyses m. Forest management plans n. Conducting site investigations o. Performing natural resource studies and investigations and reviews of natural resource programs to ensure compliance with Federal, State, and local regulations. p. Cultural compliance services to include cultural resource and archaeological studies and investigations q. Conduct archaeological reconnaissance r. Conduct environmental resource studies s. Review of pollution prevention programs to ensure compliance with regulations t. Review of spill prevention control programs to ensure compliance with regulations u. Reviews/upgrades of underground storage tank (UST) and aboveground storage tank (AST) programs to ensure compliance with regulations v. Review of storm water and erosion control programs to ensure compliance with regulations w. Preparation/revision of comprehensive environmental management systems x. Review of noise pollution programs to ensure compliance with regulations y. Evaluate facilities for potential reducing, substituting, or eliminating processes and materials that generate hazardous wastes or solid, non-hazardous wastes that are not recyclable. The services required by this contract will be provided for the USACE, South Atlantic Division, and its customers. This includes work located predominantly in the states of North Carolina and Virginia, but may also include South Carolina, Georgia, Florida, Alabama and Mississippi. However, work can be awarded for projects located outside of the geographical boundary at the specific request of a customer and in accordance with ER 5-1-10 (Corps-Wide Areas of Work Responsibility). The Contractor may be required to perform tasks on-site or at their own facilities. In an effort to enhance opportunities for Small Businesses, we are conducting this market research to gauge the level of interest and capabilities with regards to an upcoming acquisition for an Environmental Service contract for this requirement. The findings of market research will be used in considering a 100% set aside for Small Businesses. Potential Contractors must be registered in the System for Award Management (SAM) to be eligible for award. Potential Contractors must also have current Online Representations and Certification Application on file with SAM. (See website https://www.sam.gov/portal/public/SAM). The project is subject to the availability of funds. Required Responses: Your review and responses to this document will be very helpful in determining the marketplace for environmental and related services of the type described above. If a question is not applicable, please indicate N/A between two sets of quotation marks with your response. 1. Has your firm, as a prime Contractor, whether individually or through a formal joint venture, teaming agreement, or under subcontract to a Federal prime Contractor, provided similar services as described in the brief description of project above? If yes, please provide the following information on your three most recent projects: (a) Contracting agency address (b) Contract Number, date and amount of award, date of completion. (c) Was your company the prime or a subcontractor? (d) Description of items/services provided under the contract. (e) State whether or not there were any performance issues under the contract which resulted in the issuance of a Cure Notice or Show Cause Notice by the contracting officer. 2. If your firm has never contracted with the Federal Government as a prime Contractor, or as a subcontractor to a prime Federal, have you provided similar services to commercial sources? If so, please provide the specifics in terms of the largest customers of these services. Please include any information relevant to any potential difficulties you note with complying fully with the Description of Work. 3. Has your firm ever been terminated for cause or default from a contractual arrangement, whether Federal or private sector, as a result of failure to perform, poor quality and workmanship provided, etc.? If so, please provide the specifics. 4. Has your firm, or any firm that you would potentially joint venture or team with ever bid on a Federal acquisition and been determined non-responsible by the contracting officer and/or the U.S. Small Business Administration (SBA) failed to issue a Certificate of Competency to your firm or teaming partners when the matter was referred to SBA for review and consideration? 5. Although this is a sources sought synopsis, are you interested in submitting a proposal for this requirement should a solicitation be issued? Please e-mail your responses and any relevant information regarding specific performance or other qualifications, no later than 1600 hrs, December 21, 2018 to karri.l.mares@usace.army.mil. THE EMAIL SHOULD BE ENTITLED, Environmental Services, USACE, Wilmington District. Sources Sought (W912PM19R0005). Do not send hard copies of advertising or promotional materials. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up by this office or the procuring contracting officer. If you have responded to any previous e-mail messages or had other communications with our office regarding preliminary market research for this project, please be advised that it will be necessary for you to respond to this e-mail and the questions contained therein. Any responses involving teaming agreements should delineate between the work that will be accomplished by the Prime Contractor and work accomplished by the teaming partners. All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes property of the Government. There is no guarantee, expressed or implied, that the market research for this acquisition will result in any guarantee of award or acquisition strategy. Contracting Office Address: Wilmington District US Army Corps of Engineers 69 Darlington Avenue Wilmington, NC 28403-1343 Point of Contact(s): Karri Mares, Contract Specialist karri.l.mares@usace.army.mil NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/c48d69a95119aef653d881ef01b7b856)
 
Place of Performance
Address: Wilmington, NC
Zip Code: 28403
Country: US
 
Record
SN05177860-F 20181220/181218230053 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.