The RFP Database
New business relationships start here

Market Research and Sources Sought to gain knowledge of potential qualified contractors for a future IDIQ procurement to acquire AE Services in support of Mobile District's Installation Restoration Program


Alabama, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This is a SOURCES SOUGHT SYNOPSIS and is NOT a solicitation announcement. The purpose of this Market Research and Sources Sought Notice is to gain knowledge of potential qualified Small Business, HUBZone, 8(a), Service Disabled Veteran Owned, and Women Owned Small Business firms. Responses to this Sources Sought Synopsis will be used by the government in making appropriate acquisition decisions. The U.S. Army Corps of Engineers (USACE), Mobile District, anticipates a future Indefinite Delivery / Indefinite Quantity (IDIQ) procurement to acquire Architect-Engineer (A-E) Services (FAR Part 16) under individual task orders throughout the Area of Responsibility (AOR) to support for Mobile District's Installation Restoration Program, specifically complex Hazardous, Toxic, and Radioactive Waste (HTRW) projects. The majority of the work for the Military related Environmental Services will be on military/federal installations throughout the world, including the Continental United States, its territories, South and Central America and other world nations. The majority of the work for the Civil Works related Environmental Services will be in the southeastern United States (Alabama, Florida, Georgia, and Mississippi) as well as Central and South America.


Required AE Environmental Services supporting the Installation Restoration Program include but are not limited to: all products and studies associated with complex Hazardous, Toxic, and Radioactive Waste (HTRW) projects to include strategy development, plans, data gathering, analysis, evaluations, studies, designs, remedial design, and regulatory support for Mobile District's Military, Civil Works, and Support for Others Customers. The selected firm must have, either in-house or through consultants, the following disciplines, with professional registration required where applicable: (1) Project Manager; (2) Environmental Engineer (PE); (3) Chemist; (4) Geologist (PG); (5) Hydrogeologist (PG); (6) Certified Industrial Hygienist (Certified/Registered); (7) Chemical Engineer (PE); (8) Civil Engineer (PE); (9) Regulatory Specialist; (10) Human Health Risk Assessor; (11) Ecological Risk Assessor; (12) GIS Specialist.


Sources are being sought for firms with a North American Industry Classification System (NAICS) Code of 541330 with a Small Business Size Standard of $15,000,000 average annual receipts over three years. Responses are requested with the following information, which shall not exceed a total of eight (8) pages:


1. Offerors' name, address, points of contact with telephone numbers and email addresses.


2. Business size/classification to include any designations as Small Business, HUBZone, Service Disabled Veteran Owned, Woman Owned or 8(a) shall be indicated on first page of submission.


3. Description of firm's capability to provide the A-E services in support of the Installation Restoration Program, specifically complex Hazardous, Toxic, and Radioactive Waste (HTRW) projects on military installations, to include services personnel; manage the disciplines; and capacity to execute at least 3 task orders under this IDIQ simultaneously.


4. Past performance/experience on IDIQ contracts of similar scope, specifically complex Hazardous, Toxic, and Radioactive Waste (HTRW) projects on military installations, describing no more than five (5) projects that are at least 80% complete within the past five years of the issue date of this Notice. The past performance information should include project title, location, general description of the A-E Services to demonstrate relevance to support the Installation Restoration Program, the Offerors' role, dollar value of contract, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). If submitting past performance/experience on a project in the role of a subcontractor, include the Prime Contractor's name and a quantifiable amount (percentage) of the project your company contributed to the overall scope of work. Prime Contractor experience is preferred but not required.


NO RESPONSES WILL BE ACCEPTED BY FAX OR MAIL. ALL RESPONSES MUST BE EMAILED to: Janis.R.Steiner@usace.army.mil. Submittals are due no later than 12:00 noon Central time on Tuesday, August 28, 2018. Submittals will not be returned. Telephonic responses will not be honored. This is not a Request for Proposal, only a Request for Information. No award will result from this Sources Sought. This notice does not constitute any commitment by the Government. Limit response to eight (8) pages or less.

Note 1: This is not a Request for Proposal, only a Request for Information. No award will result from this Sources Sought.

Note 2: This sources sought synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited.

Note 3: Large Businesses need not respond.

Note 4: All advertisements of Mobile District projects will be through the Federal Business Opportunities (FedBizOpps). Detailed information on this and other Mobile District projects are available on the internet at http://www.fbo.gov.


Contracting Office Address:
USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001


Place of Performance:
USACE District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL 36628-0001


Janis R. Steiner, contract specialist, Phone 2516943871, Email janis.r.steiner@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP