Environmental Services IDIQ
*PRE-SOLICITATION AMENDMENT 1 issued to update the anticipated solicitation date to January 15, 2021 (subject to change). The anticpated response date has also been updated and will be finalized once ... *PRE-SOLICITATION AMENDMENT 1 issued to update the anticipated solicitation date to January 15, 2021 (subject to change). The anticpated response date has also been updated and will be finalized once the solicitation is ready to post to beta.sam.gov.* The U.S. Army Corps of Engineers, Wilmington District requires minimum of one (1) Indefinite Delivery/Indefinite Quantity (IDIQ) Contract in support of Civil Works and Military Programs. The Government anticipates the award of a Firm Fixed Price (FFP) that covers all the required elements of this notice with an estimated value of $7,500,000.00. The contract term(s) will be a base year and four one-year option periods. Work under this contract shall be subject to satisfactory negotiation of individual task orders. The maximum task order value is estimated to be $1,000,000.00. In accordance with FAR 52.216-19 a contractor is not obligated to accept a Single Task Order over the established maximum; however they may choose to do so. The IDIQ will have a minimum guarantee of $2,500.00. Rates will be negotiated for each 12-month period of the contract. The awardee, as an independent contractor and not as an agent of the Government, shall, furnish all labor, management, facilities, supplies, equipment and material (other than those to be furnished by the Government as provided per individual task order), and do all things necessary for performance of the work set forth per task order. The Contractor shall furnish the required personnel, equipment, instruments, and transportation as necessary to accomplish required services and furnish to the Government 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. During the prosecution of the work, the Contractor shall provide adequate professional supervision and quality control to assure the accuracy, quality, completeness, and progress of the work. The contract will be issued to provide Environmental Services to perform the work. Tasks for the Civil Works Program shall include, but are not limited to Studies, Investigations, Survey, Design, Repairs and new construction in support of the Navigation and Lakes Branches (Falls, Cape Fear Locks and Dams, Jordan Lake, Philpott Lake, WKS, JHK), Beach Profile Design Hydrographic and Beach Surveys, topographic Surveys and GIS Services. The contract issued will be Firm Fixed Price. The North American Industry Classification System (NAICS) code is 541620 Environmental Services and the size standard is $16,500,000.00. This solicitation will be issued in electronic format only and will be available on or about **January 15, 2021.**. 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. The proposal due date will be specified in the solicitation when it is issued. No additional media (CD-ROM, floppy disks, faxes, etc) will be provided. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. This solicitation is 100% TOTAL 8(a) SMALL BUSINESS SET-ASIDE. Offerors must be registered in the System for Award Management (SAM) in order to be eligible to receive an award from any Government solicitation. Call 1-866-606-8220 for more information or visit the SAM website at https://beta.sam.gov. In order to locate solicitation, Contractors can go to BetaSam.gov and search for the solicitation number at www.BetaSAM.gov. Contractors can register to be put on a plan holders list that others can access through the BetaSam.gov website. It is the Offeror's responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments. For additional information or assistance, please contact Karri L. Mares, Contract Specialist, phone 910-251-4863, email karri.l.mares@usace.army.mil.
Data sourced from SAM.gov.
View Official Posting »
Environmental Services IDIQ
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 custome... 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. It is the Government’s intent to award a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) for a base year of twelve (12) months and four (4), twelve (12) month options. 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 determining any socio-economic set-aside. 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? All interested firms with 541620 as an approved NAICS Code shall submit the following additional information: - Name & Address of your Firm - Point of Contact (Name/Phone/E-mail) - Current SAM Record to included DUNS Number and CAGE Code - Business Size, to include designation as HUBZone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and Large Business. Any supporting documentation that confirms your socio-economic status should be provided, i.e., letter of certification from VA confirming SDVOSB status. - Firm's capability to perform, to include required certifications, geographic span and project size. Please e-mail your responses and any relevant information regarding specific performance or other qualifications, no later than 1600 EST, 21 July 2020 to both karri.l.mares@usace.army.mil and Rosalind.m.shoemaker@usace.army.mil. THE EMAIL SHOULD BE ENTITLED, Environmental Services Sources Sought (W912PM20R0028). The Government may not give credit to your socio-economic class if there is not sufficient documentation to support it or if the Government cannot verify through other means that your business is as such. 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 Ros Shoemaker, Contracting Officer, Rosalind.m.shoemaker@usace.army.mil
Data sourced from SAM.gov.
View Official Posting »