SOURCES SOUGHT
C -- Architect Engineer Indefinite Delivery/Indefinite Quantity (A/E IDIQ) Environmental Services Contract
- Notice Date
- 8/11/2021 8:16:40 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
- ZIP Code
- 21201-2526
- Solicitation Number
- PANNAD-21-P-0000-005475
- Response Due
- 8/20/2021 11:00:00 AM
- Archive Date
- 09/04/2021
- Point of Contact
- Linda Evans, Phone: 4109623710
- E-Mail Address
-
linda.evans@usace.army.mil
(linda.evans@usace.army.mil)
- Description
- This is a Sources Sought Notice and is for information/market research purposes only.� THIS IS NOT A REQUEST FOR PROPOSALS (RFP), QUOTATIONS OR BIDS.. �The U.S. Army Corps of Engineers, Baltimore District, seeks to determine the interest, availability, and the capability of potential sources to satisfy an upcoming requirement. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions.� NO SOLICITATION IS CURRENTLY AVAILABLE. The Government will not reimburse contractors for any cost incurred for their participation in this Sources Sought.� This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a RFP or an announcement of a solicitation.� Large and small businesses are encouraged to participate in this survey.� The U.S. Army Corps of Engineers (USACE), Baltimore District (hereinafter USACE Baltimore District), seeks to determine the availability and adequacy of potential sources to support acquisition of the requirements stipulated below. USACE Baltimore District anticipates satisfying these requirements by potentially utilizing a variety of the following sources: 8(a), Service-Disabled Veteran- owned Small Business Set-Aside, HUBZone Set-Aside, small business, and unrestricted business. Should acquisition of these requirements follow this market research effort, it will be conducted in compliance with the Brooks Act. The applicable NAICS code for this procurement is 541330 and the size standard is $16.5M. The USACE Baltimore District is seeking sources to perform Architect-Engineer Services for various environmental requirements to support USACE and its customers primarily located within the assigned mission areas of the North Atlantic Division (NAD), with incidental utilization CONUS and in Alaska, Hawaii, and Puerto Rico in support of NAD and other USACE Regions. �For the purposes of planning this procurement, the Government is seeking responses from sources/vendors/companies that are capable of providing A/E Environmental Services as described herein. The work may encompass a wide range of A/E Environmental Services in the general areas of environmental cleanup compliance, sustainability, and quality at various military and non-military locations.� Programs supported include the Department of Defense Environmental Restoration Program (DERP); Formerly Utilized Defense Sites Program (FUDS); Operational Range Assessment Program (ORAP); Base Realignment and Closure (BRAC) Program; Formerly Utilized Sites Remedial Action Program (FUSRAP); EPA Superfund Program; and a variety of other military and civilian clean up and environmental quality programs. The scope of A/E Environmental Services capabilities desired may include, but are not limited to, site investigations, subsurface exploration, chemical sampling, testing and analyses, hazard evaluations, NEPA, EISs, EAs, feasibility and other engineering studies and reports, archaeological investigations and mitigation, wetlands determination and mitigation studies, groundwater modeling, fate and transport analyses, preparation of plans and specifications, and field inspections. Work may involve, but is not limited to, characterization and/or remediation of sites contaminated with hazardous, toxic, and radiological waste; munitions and explosives of concern, and munitions constituents.� �Environmental cleanup compliance, sustainability, and quality support requires comprehensive knowledge of applicable environmental statues and regulations, including but not limited to the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA); the Resource Conservation and Recovery Act (RCRA); the Toxic Substances Control Act (TSCA); the Emergency Planning and Community Right-to-Know Act (EPCRA); the Clean Air Act (CAA); the Clean Water Act (CWA); the National Environmental Policy Act (NEPA); and other relevant environmental laws and regulations. Interested sources should submit a Statement of Capability (SOC) demonstrating their experience in these areas to linda.evans@usace.army.mil �no later than 2:00 pm, 20 August 2021. The SOC should conform to the following: 1.� On the first page of the SOC, indicate business size in relation to the NAICS code 541330. Provide your company's System for Award Management (SAM) Cage Code and DUNS number to verify your business status as a qualified Small Business (SB), Service Disabled Veteran Owned SB (SDVOBSB), Historically Underutilized Business Zones (HUBZone), Qualified Section 8(a), or Women-Owned Small Business (WOSB). Contractors must be registered in SAM at time of bid/proposal due date. Please see https://www.sam.gov/portal/SAM/ for additional registration information. 2.� The SOC should include your interest, capabilities (experience, personnel, facility, schedule slots, and ability) to meet all requirements stated in this announcement. This SOC should include documentation of past specialized experience and technical competence in similar work, including up to three (3) past projects for which your firm was the prime contractor. 3.� The SOC shall not exceed five (5) pages (11 point font minimum) in one (1) .pdf file.� Email responses are required.� Tables charts, graphs, etc., will not count toward the 5-page count total (smaller font is allowed for these items, but the text must be legible).� All data received in response to this Sources Sought notice marked or designated as corporate or proprietary information will be fully protected from release outside the Government.� No telephone calls will be accepted requesting a bid package or solicitation.� There is no bid package or solicitation.� In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointment for presentations will be made.�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8e61782f8dbd49f0a864cf8e4db81820/view)
- Record
- SN06094204-F 20210813/210811230126 (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 |