News

Indefinite Delivery Indefinite Quantity (IDIQ) for Military and Civil Planning, Environmental, and Technical Professional Services projects within the North Atlantic Division (NAD)

Type of document: Contract Notice
Country: United States

Indefinite Delivery Indefinite Quantity (IDIQ) for Military and Civil Planning, Environmental, and Technical Professional Services projects within the North Atlantic Division (NAD)

Agency:
Department of the Army

Official Address:
2 Hopkins Plaza Baltimore MD 21201

Zip Code:
21201

Contact:
Tolulope. O. Olojo, Contract Specialist, Phone 4109625611, Email Tolulope.O.Olojo@usace.army.mil тАУ Colette Day, Contracting Officer, Phone 410-962-4978, Fax 410-962-2776, Email colette.b.day@usace.army.mil

Link:

Date Posted:
23/02/2018

Classification:
C

Contract Description:
This is a Sources Sought Notice, and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. 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 requests capability statements from Small Business, Certified 8(a), Certified HUB Zone, Economically Disadvantaged Women-Owned Small Businesses and Service-Disabled Veteran-Owned concerns. 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 pay for any material provided in response to this market survey nor return the data provided. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation.

Project: USACE, Baltimore District, Planning Division is seeking sources to perform Environmental Consulting Services for various planning and environmental requirements to support USACE and its customers located within the assigned mission areas of the North Atlantic Division (NAD). If requested, the contract may be utilized by any other district within NAD for work within scope. The total contract capacity is unknown at this time. Capacity will be determined based on customer need and results of the Market Research.

The applicable NAICS code for this procurements is 541620 and the standard size is $15M. The contract Period of Performance will be five (5) years from date of award.

For planning purposes, the Government is seeking responses from sources/vendors/companies who are capable of providing A-E Planning, Environmental and Technical Professional Services as described herein.

The work may encompass a wide range of planning and environmental services in the general areas of planning and environmental compliance, sustainability, and quality at various military and non-military locations. Services would include: Civil Works Investigations; Environmental Planning and Compliance Services; Ecological Services; Cultural Services; Economical, Social, and Financial Services; Water Resource Services; Computer Data Management Services; Natural Disaster Emergency Planning and Preparedness Services, Facility Planning Services; and Public Involvement Services.

тАв Civil Works Investigations including reconnaissance and feasibility studies for the Continuing Authorities Program (CAP), General Investigation Program, Floodplain Management Services (FPMS), and Planning Assistance to States (PAS) to include Ecosystem Restoration, Navigation, Flood Risk Management (FRM), and Storm Damage Reduction.

тАв Environmental Planning and Compliance Services including a full range of environmental planning and compliance support including report preparation, technical investigations, analysis and field work. Support under this task includes National Environmental Policy Act (NEPA) documentation (e.g. Environmental Assessments, Environmental Impact Statements, etc.) and the studies required to support NEPA (e.g. traffic, air quality, socioeconomic, noise, visual, etc.), Pollution Prevention studies, Emergency Planning and Community Right to Know Act assessments, Clean Air Act investigations (e.g. Tier I and II), Clean Water Act and National Pollution Discharge Elimination System compliance activities, and Environmental Management Systems.

тАв Ecological Services including technical work to support permit requirements under the Clean Water Act (i.e., Section 401 and 404), Endangered Species, Sikes Act, etc. This includes but is not limited to wetland delineations, biological assessments of fish and wildlife resources, invasive and endangered species investigations, preparation of Integrated Natural Resource Management Plans, development of wildlife mitigation plans and habitat evaluations and assessments. Additionally, work will include ecological analyses, planning, and monitoring of aquatic, wetland and terrestrial ecosystems. Knowledge of riverine/stream, wetland, riparian, bottomland, lake/reservoir, estuary, and coastal ecosystems are required.

тАв Cultural Services including a full range of cultural studies to include archeological investigations and Historical/architectural work to support National Historic Preservation Act requirements for the identification, evaluation and mitigation of cultural resources. Cultural studies would include Phase IA (i.e., background literature, archival, and courthouse record research), Phase I (i.e., disturbance investigations, identification surveys), Phase II (i.e., evaluation investigations, test excavations for assessment of significance and for preparation of detailed data recovery plans), and Phase III (i.e., data recovery) for the full range of prehistoric and historic archeological resources.

тАв Economic, Social, and Financial Services including a full range of economic and social analysis and forecasting. Included in this requirement are field, office, and computer work required for collection, compilation, analysis, and evaluation of data pertaining to economic analysis to support the military, civil, and International and Inter-Agency Support. Specific services to be provided include benefit cost analysis (e.g. for civil works project justification), environmental economics (e.g. for civil works environmental justification), utilization of appropriate models to analyze, interpret, and document potential socioeconomic impacts that could result from military actions, cost effectiveness analysis, incremental cost analysis, budgeting, project financing, life cycle cost analysis and, Capital investment strategies and programs, demographic trends and market assessments.

тАв Water Resource Services including investigations and preparation of reports (reconnaissance and feasibility studies to support the civil GI, CAP and CG programs) to support watershed planning, ecosystem restoration, local flood protection initiatives, and navigation projects for a wide variety of customers. Specific requirements include flood insurance studies, floodplain management and resiliency services, hydrologic and hydraulic modeling and analyses, infrastructure analysis, including combined sewer overflows, sanitary sewer and water supply systems, natural disaster planning, storm water management planning and modeling, Low Impact Development (LID) analysis and planning, Total Maximum Daily Load (TMDL) analysis, water vulnerability assessments and watershed management.

тАв Computer Data Management Services including a full range of computer data management activities, analyses and procedures that can be integrated into planning studies to provide for more cost-effective analyses. Such activities include data management assistance, preparation of graphics, preparation of web based report documentation, aerial photo interpretation, remote sensing and other web based applications. Other requirements include a full range of Geographic Information Systems (GIS) capabilities, and data management assistance, including the development, use, and maintenance of Access databases.

тАв Natural Disaster Emergency Planning and Preparedness Services includes a full range of emergency planning and preparedness services for natural disasters. With regards to hurricane emergency planning and preparedness services, activities include, but are not limited to, the following: agency coordination, storm surge inundation modeling and GIS mapping tools, vulnerability analyses and assessment tools, hurricane evacuation zones development, community storm impact analyses, behavioral surveys and analyses, shelter analyses, and transportation and evacuation modeling and analyses.

тАв Facility Planning Services including facility environmental program development, land use planning studies, site selection studies, preparation of conceptual site and facility studies, pre-design decision documents, Anti- Terrorism/Force Protection planning requirements, preparation of DD Forms 1391 and planning charrettes, sustainable design concepts and studies, transportation and traffic planning studies, realignment studies (expansion, contraction, relocation, etc.); space utilization studies, infrastructure studies, landscape development planning, noise impact studies and other planning and environmental studies that support facility operations and development.

тАв Public Involvement Services including a full range of services to support community involvement programs, meeting and workshop facilitation and public outreach initiatives.

Small Businesses, Certified 8(a), Certified HUB Zone, Economically Disadvantaged Women-Owned Small Businesses, and Service-Disabled Veteran-Owned Small Businesses Environmental Consulting Services firms that are capable of supporting the NAD geographical boundaries and the self-performance requirements.

No telephone calls will be accepted requesting a bid package or solicitation and all questions and responses must be submitted via email. 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.

Responses are to be sent via email to Tolulope.o.olojo@usace.army.mil by 12:00 pm EST on 16 March 2018. Comments will be shared with the Government and the project team, but otherwise will be held in strict confidence.

Responses may be in any format, but should include the following:

1. Company name, address, phone number and the name and email address of the point of contact.

2. Indicate business size in relation to the NAICS code 541620 Provide your companyтАЩs 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 for additional registration information. (Indicate all applicable classifications and, if self-certified).

3. Identify Joint Ventures (Business Name, Business Size and Cage Code of JV).

4. Indicate the primary nature of your business. Please provide a description of the services your company provides as it relates to the description of work provided in this notice and provide verification of your firmтАЩs ability to support the geographic locations identified in this notice.

5. Provide up to two (2) examples of projects, for which your firm was the prime contractor similar to requirements described above that have been completed within the past five (5) years. Narratives should include types of work, project references (including owner with phone number and email address), and size of projects.

6. Please provide a brief description of relevant IDIQ experience to include contract number, types of services, dates of the contract performance, value of the contract, and number of awarded task orders.

This shall not exceed 5-pages (11 point font minimum). Tables charts, graphs, etc., will not count toward the page count total.

Response Date:
031618

Sol Number:
W912DR18S0005

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy