Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 15, 2020 SAM #6652
SPECIAL NOTICE

99 -- Sources Sought Notice for Planning and Environmental Studies Services Multiple Award Task Order Contract (MATOC) Indefinite Delivery Indefinite Quantity Contract (IDIQ)

Notice Date
2/13/2020 3:47:34 PM
 
Notice Type
Special Notice
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
US ARMY ENGINEER DISTRICT SACRAMENT SACRAMENTO CA 95814-2922 USA
 
ZIP Code
95814-2922
 
Response Due
3/13/2020 4:00:00 PM
 
Archive Date
03/28/2020
 
Point of Contact
Jolene D. Daoud, Daniel E. Czech
 
E-Mail Address
jolene.d.daoud@usace.army.mil, daniel.e.czech@usace.army.mil
(jolene.d.daoud@usace.army.mil, daniel.e.czech@usace.army.mil)
 
Description
W91238-20-R-0036 Sources Sought-(For Market Research Purposes Only) Planning and Environmental Studies Services Multiple Award Task Order Contract (MATOC) Indefinite Delivery Indefinite Quantity Contract (IDIQ) This is a SOURCES SOUGHT NOTICE for a Market Research PURPOSES ONLY to determine the availability of small business firms and other than small business firms that have the capability of providing Planning and Environmental Studies Services. NO AWARD will be made from this Sources Sought. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support a set-aside. It is encouraged, that all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement. A SOLICITATION IS NOT AVAILABLE AT THIS TIME; therefore, do NOT request a copy of a solicitation. Potential offerors having the skills and capabilities of performing the described project are invited to provide feedback via email to the POC�s below. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. This project is planned for advertising in July 2020. The anticipated North American Industry Classification System (NAICS) Code is 541620 and the size standard is $16.5 million. �DESCRIPTION of SERVICES: The Government intends to award up to five Indefinite-Quantity, Indefinite-Delivery (IDIQ) Multiple Award Task Order Contracts (MATOCs) utilizing Small Business Set Asides for Cultural and Environmental Resources services within the South Pacific Division.� These services would include, but not be limited to: cultural resources studies, monitoring, and mitigation as required under Section 106 and Section 110 of the National Historic Preservation Act, and under the Native American Graves Protection and Repatriation Act; environmental impact assessments and documentation as required under the National Environmental Policy Act, Endangered Species Act, Clean Water Act, and other relevant environmental laws and regulations; biological monitoring of construction activities, and; environmental planning for ecosystem restoration or environmental mitigation studies.� For Sources Sought the Government is interested in environmental consulting services (NAICS Codes 541620).� Other potential NAICS Codes to consider would be 541690, 712120, and 541720. �CAPABILITY STATEMENT The following requests are designed to apprise the US Army Corps of Engineers, Sacramento District of any prospective construction contractors' project execution capabilities. Please provide your response to the following: 1) Offeror's name, DUNS#, address, point of contact, phone number, and e-mail address. 2) Offeror's interest in bidding on the solicitation when it is issued. 3) Offeror's capability to perform a contract of this magnitude and complexity and comparable work performed within the past 5 years - Describe your self-performed effort, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 4) Offeror's type of small business and Business Size (Small Business, HUBZone, Service Disabled Veteran Owned and/or Small Business, 8(a). �5) Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. �6) Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 7) State the % of the work anticipated to be self-performed and % that will be subcontracted, by identifying which topical elements under the Description of Services. The Capabilities Statement for this sources sought is not expected to be a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather short statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Please ensure that all information is submitted as one (1) package. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. After completing its analysis, the Government will determine whether to limit competition among 8(a), Service Disabled Veteran, HubZone, or all Small Business firms or proceed with full and open competition as Other Than Small Business. Offers that do not meet all requirements or submit within the allotted time will not be considered. Please notify this office in writing by email ONLY by 4:00 PM Pacific Time on 13 March 2020. Submit response and information via email to: Jolene.D.Daoud@usace.army.mil and Daniel.E.Czech@usace.army.mil. Please include the Sources Sought No. W91238-20-R-0036 and the business name in the subject line.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9c835d70eed441c2b22704a788e76039/view)
 
Record
SN05561745-F 20200215/200213230136 (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  © 1994-2020, Loren Data Corp.