Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W912DW19R0010
PRESOLICITATION NOTICE THIS IS A SYNOPSIS OF A PROPOSED CONTRACT ACTION. THIS IS NOT A SOLICITATION OR INVITATION FOR OFFERORS TO SUBMIT PROPOSALS. THIS NOTICE WILL BE POSTED FOR A MINIMUM OF 15 CALEN...
PRESOLICITATION NOTICE THIS IS A SYNOPSIS OF A PROPOSED CONTRACT ACTION. THIS IS NOT A SOLICITATION OR INVITATION FOR OFFERORS TO SUBMIT PROPOSALS. THIS NOTICE WILL BE POSTED FOR A MINIMUM OF 15 CALENDAR DAYS PRIOR TO POSTING OF THE SOLICITATION. Number: W912DW-19-R-0010 NOTE: There is no information available until the issue of the solicitation via the Internet. This is an advance notice announcing the intent of the Seattle District US Army Corps of Engineers to solicit a firm fixed-price indefinite delivery, indefinite quantity (IDIQ) multiple award task order (MATOC) contract with one (1) base year and four (4) option years with a not to exceed total contract capacity of $5M. Description of Work (physical characteristics): Work performed under this contract is intended to augment District/Division expertise with technical support required for Seattle District, U.S. Army Corps of Engineers (USACE) navigation projects and for other environmental services. The contractor shall provide services that will be detailed on each specific task order. Work will include utilization of established field and laboratory sampling and data collection protocols, conducting field studies, development of relevant documentation required by Federal and state regulations, most notably the National Environmental Policy Act (NEPA), the Clean Water Act, and the Endangered Species Act, literature searches, and coordination with Federal, state and local agencies. Technical support for USACE navigation projects may include studies involving sediment and biota collection, chemical and biological testing, associated environmental coordination and preparation of required NEPA, Clean Water Act and other compliance documents. Studies may include testing of dredged material, reference areas/sites, and dredged material disposal sites in western Washington, western Oregon and southeastern Alaska. Work will include coordination and consultation with USACE representatives to design sampling and analysis plans, quality assurance plans and other study and/or planning documents. Studies may include physical, chemical and biological testing and evaluations in the marine, estuarine and freshwater environments. Physical evaluations may include use of sediment profile imaging. Biological testing may include bioassays and bioaccumulation testing. Studies may also involve collecting sediment benthos and performing taxonomic and community structure evaluations, and tissue testing. Work will require familiarity with all applicable federal and state regulations, including NEPA, CERCLA (Superfund), MTCA (Model Toxics Control Act), DMMP (Dredged Material Management Program), and Washington State Sediment Management Standards (SMS). The projects performed under this contract will involve resources and issues throughout the Pacific Northwest and Alaska, primarily western Washington, western Oregon, northern Idaho and western Montana. This work includes site-specific resource field examinations, field sampling, monitoring and data analyses and reporting; NEPA environmental planning and impact assessment; and multimedia environmental compliance assessment and follow-up. The target number of Firm-Fixed Price Indefinite Delivery-Indefinite Quantity contracts resulting from the upcoming solicitation is four. As requirements develop, task orders will be issued on a competitive or sole source basis to the awardees of this solicitation at the Government's option. Task orders will be firm-fixed price. Each contract will include a base year and four option years periods. Maximum value of all work awarded under the MATOCs will be limited to $5 million over the life of the contracts. The North American Industry Classification System (NAICS) Code is 541620 with a size standard of $15 million. This requirement is 100% set aside for small business. For the purposes of this procurement, a concern is considered a small business if its average annual revenue for the last three (3) years is less than $15 million. For information concerning NAICS and SBA size standards, go to http://www.sba.gov DISCLAIMER: All contractors proposing on Department of Defense solicitations must be registered in the System of Award Management (SAM) database prior to award of the contract. The purpose of this database is to provide basic business information and capabilities to the Government. The SAM website can be accessed at (www.sam.gov). You are encouraged to register as soon as possible. All new contracts can ONLY be made to contractors who are registered in SAM. This requirement applies to all Department of Defense contract awards, regardless of the media used. The solicitation documents for this MATOC requirement will be issued in electronic format only and will be made available online via the Federal Business Opportunities (FBO) website under solicitation number W912DW-19-R-0010. Amendments, if/when issued will be posted to FBO for electronic downloading. This will be the only method of distributing amendments prior to the solicitation closing date; therefore, it is the offerors responsibility to include amendments to the solicitation as part of their proposal. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will issue no paper copies. It is encouraged to add the solicitation to your "Watchlist."