SOURCES SOUGHT
R -- IDIQ ENVIRONMENTAL SERVICES
- Notice Date
- 5/26/2020 2:48:24 PM
- Notice Type
- Sources Sought
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- W075 ENDIST LOS ANGELES LOS ANGELES CA 90017-5000 USA
- ZIP Code
- 90017-5000
- Solicitation Number
- W912PL20S0011
- Response Due
- 6/15/2020 12:00:00 AM
- Archive Date
- 06/30/2020
- Point of Contact
- Sandra Oquita, Phone: 2134523249, Fax: 2134524184
- E-Mail Address
-
sandra.oquita@usace.army.mil
(sandra.oquita@usace.army.mil)
- Description
- Sources Sought Notice for The US Army Corps of Engineers, Los Angeles District, in support of its Environmental Resources Branch projects within Southern California, Southern Nevada, Southwestern Utah, and Arizona.� This is a Sources Sought Notice for market research; it is NOT a solicitation announcement.� The purpose is to gain knowledge of all qualified environmental services firms. Responses to this notice will be used by the Government to make appropriate acquisition decisions. Description of Services The Contractor shall provide or obtain professional expertise in all pertinent disciplines, research facilities, equipment, materials, and labor to provide the biological resources services described in the scope of work contained in individual delivery orders issued by the Contracting Officer. These services may include terrestrial and marine biological resources literature searches, reconnaissance studies, GIS and mapping, intensive surveys for terrestrial and marine environments, developing restoration/mitigation and adaptive management plans for specific sites, implementation of guidance on best management practices, preparation of environmental assessment documentation, testing/evaluation programs, mitigation through data recovery and analysis, construction monitoring, facilitating resource agency consultation meetings and inter-agency coordination, marine and terrestrial habitat evaluation procedures, site design, plant propagation activities, and other related services.� All services shall be performed in a manner that meets professional standards and practices The Contractor may be required to use collected data to document recommendations of eligibility, complete National Register forms, and provide recommendations and time and cost estimates for additional investigations and/or mitigation measures.� These services may also include impact analysis suitable for NEPA/CEQA documentation. The estimated magnitude of these services is between $5,000,000 and $10,000,000. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 541620. Small Business Size Standard for this acquisition is $16,500,000. Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capability to perform at least 15% of the contract work with his/her own employees. Prospective prime contractors interested in this notice must respond to the following questions.� Responses shall be limited to 5 pages. Prior Government contract work is not required for submitting a response under this Sources Sought Notice. Offeror�s name, address, point of contact, phone number and email address. Offeror�s interest in proposing on the solicitation when issued. Offeror�s capability to perform a contract of this magnitude and complexity (include offeror�s in-house capability to execute work, experience of the prime contractor as well as any major subcontractors may be submitted; comparable work performed within the past 5 years, and brief description of project, customer satisfaction, type of equipment used on project, and dollar value of project). Provide at least 3 examples. �Such experience will not be accepted. Offeror�s type of business and business size (whether large business, small business, HUBZone, Service Disabled Veteran Owned, 8(a)). Offeror�s joint venture information, if applicable, existing and potential. Offerors (other than small businesses) should also provide their assessment of the degree of involvement by small and SDB subcontractors, stated as a percentage of subcontracted dollars. Offerors experience conducting marine and terrestrial habitat assessments, threatened and endangered species monitoring (particularly for Least Bell's vireo, California gnatcatcher, Santa Ana sucker fish, snowy plover, and California least tern), and marine/terrestrial habitat restoration techniques and performance monitoring. Offerors experience with marine and terrestrial survey techniques and data recovery. � Interested offerors shall respond to the Sources Sought Notice no later than 2:00PM (local time) 15 June 2020.� Please submit your response electronically to sandra.oquita@usace.army.mil. This is not a Request for Proposals, only a Request for Information. NO Award will result from this Sources Sought Notice.� This notice does not constitute any commitment by the Government.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/3aca4c396a7e424f8accc074f9ed936a/view)
- Place of Performance
- Address: Los Angeles, CA 90605, USA
- Zip Code: 90605
- Country: USA
- Zip Code: 90605
- Record
- SN05670773-F 20200528/200526230150 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |