Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 05, 2024 SAM #8226
SOURCES SOUGHT

99 -- Indefinite Delivery Contract for High Resolution Multi-Beam Bathymetric Surveys, Side-Scan Surveys, and Sub Bottom Profiling associated with dredged material transport and placement at the Historic Area Remediation Site (HARS) and artificial reefs

Notice Date
6/3/2024 1:11:53 PM
 
Notice Type
Sources Sought
 
NAICS
541360 — Geophysical Surveying and Mapping Services
 
Contracting Office
W2SD ENDIST NEW YORK NEW YORK NY 10278-0004 USA
 
ZIP Code
10278-0004
 
Solicitation Number
W912DS24S0051
 
Response Due
6/14/2024 1:00:00 PM
 
Archive Date
06/29/2024
 
Point of Contact
Nicholas P. Emanuel
 
E-Mail Address
nicholas.p.emanuel@usace.army.mil
(nicholas.p.emanuel@usace.army.mil)
 
Description
Announcement Information for Scientific and Engineering Support Services Contract: Indefinite Delivery Contract for High Resolution Multi-Beam Bathymetric Surveys, Side-Scan Surveys, and Sub Bottom Profiling 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: Self-certification that your firm is a small business concern. Indicate proposed team members, to include: Name of prime firm and sub-consultants, addresses, role in this contract and POC information of each firm. Organizational Chart of Proposed Team. 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. Total number of employees dedicated to the contract, listing each employee�s function, professional discipline, college degrees, and professional license listing the state and date of registration. Resume of the overall Project Manager and senior personnel of each key discipline shown below in the list of professional disciplines 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 Category 1 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 2020), 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 2020) encompasses precision bathymetric surveying, side-scan sonar analysis and sub bottom seismic profiling. 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. �The Scope of this Contract would include conducting high resolution multi-beam bathymetric surveys, conducting side-scan sonar surveys, and conducting sub bottom profiling at the HARS and alternative locations investigated in the New York Bight for ocean placement of dredged materials. Special Qualifications: Special qualifications include but are not limited to capability and experience with precision hydrographic surveying, geotechnical data collection and analysis, monitoring of marine habitats, Geographic Information Systems (GIS) use and formatting of GIS data, GIS metadata preparation, and preparation of studies and reports. The contractor must be familiar with current U.S. Army Corps of Engineers regulations, guidelines, and procedures. The contractor must also have the capability to manage and supervise other contractors and demonstrate the ability to handle the large volume of work under strict deadlines. The contractor must also be capable of providing monitoring data in formats compatible with the GIS software used by NY District. The contractor must demonstrate in the submittal its plan for successful quality assurance and integration of all disciplines to ensure that a quality product is produced. Supervisory and/or key personnel should have advanced college degrees in an appropriate discipline and/or Hydrographic Surveyor certification, and should have experience in the following: (1) scientific planning, (2) project management, (3) marine field work, (4) hydrographic surveying, (5) map preparation, (6) geotechnical data collection and analysis, (7) oceanographic data collection and analysis, (8) GIS software development and GIS data management, and (9) report preparation. Consideration will only be given to firms that assemble a team of in-house technical experts and consultants with a professional staff consisting of the following disciplines: (1) Licensed Hydrographic Surveyor/Hydrographic Surveyor (Resume Required) (2) Civil Engineer/Environmental Engineer/Dredging Engineer (Resume Required) (3) Project Manager-Senior Scientist/Engineer (Resume Required) (4) Principal Program Manager (Resume Required) (5) Senior Oceanographer (Resume Required) (6) Senior Geologist (Resume Required) (7) Safety Officer/Industrial Hygienist (8) Technical Writer (9) Survey Technician (10) GIS Spatial Analyst (11) GIS Technician (12) QA/QC Officer (13) Junior Engineer (14) Electronics Technician Subcontracting Considerations for Other-Than-Small Businesses (ONLY):� To foster inclusive opportunities and ensure broad participation of small businesses in federal contracting, we are seeking information from Other Than Small Business (OTSB) vendors on their subcontracting practices and goals. This inquiry is designed to assess the feasibility and extent of subcontracting possibilities in alignment with federal guidelines and to support the economic growth of small businesses through meaningful subcontracting opportunities.� In your response, please address the following considerations by providing estimated subcontracting percentages for each of the socioeconomic categories (small business, small disadvantaged business, women-owned small business, HUBZone small business, veteran-owned small business, and service-disabled veteran-owned small business):� Business Practices: Describe whether your firm customarily contracts for part of the work to be performed or maintains in-house capability sufficient to perform the work. Prequalification Requirements: Identify if there are likely to be product or service prequalification requirements and how you intend to manage these in relation to subcontracting opportunities.� Feasibility of Subcontracting: Discuss the feasibility of acquiring any portion of the work through subcontracting, considering the time until contract completion and the impact on performance. Address how subcontracting decisions will be made to ensure fair market value and minimal disruption.� Subcontracting Goals: Please provide estimated percentage goals for subcontracting to each of the following socioeconomic categories:� Small Business (SB)� Small Disadvantaged Business (SDB)� Women-Owned Small Business (WOSB)� HUBZone Small Business� Veteran-Owned Small Business (VOSB)� Service-Disabled Veteran-Owned Small Business (SDVOSB)� Your response should reflect a commitment to supporting small business participation in federal contracting, backed by realistic and achievable subcontracting goals. We are looking for vendors who demonstrate a clear understanding of the importance of small business subcontracting and have strategies in place to achieve these goals effectively.� Submit qualification statements to: Attn: �Nick Emanuel, CENAN-CT, Rm. 16-300, U.S. Army Corps of Engineers, ���NY District, 26 Federal Plaza, New York, NY �10278 Nicholas.P.Emanuel@usace.army.mil Qualifications statements will not be accepted after 4:00 pm on the original response date shown in the advertisement in the System for Award Management (SAM).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5179c1516cc44b3dbc5827b444239e1b/view)
 
Record
SN07084485-F 20240605/240603230044 (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 |
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.