The RFP Database
New business relationships start here

Multiple Environmental Government Acquisition (MEGA), Indefinite Delivery/Indefinite Quantity (IDIQ), Multiple Award Task Order Contract (MATOC), for Environmental Consulting Services


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

Purpose: The purpose of this notice is to inform potential offerors of USACE's forthcoming requirement for environmental consulting services contracts.

Contract Information:

The USACE intends to award up to three (3) firm-fixed price Indefinite Delivery/Indefinite Quantity (IDIQ), Multiple Award Task Order Contracts (MATOCs) for Environmental Consulting Services (ECS) to support work assigned to U.S. Army Corps of Engineers (USACE), Northwestern Division. These contracts will be awarded using a best value to the Government, price and other factors considered utilizing small business set-aside procedures IAW FAR 19.5. Specifically, lowest-price, technically acceptable (LPTA) process will be used. The RFP solicitation will be published on or about 06 January 2014, with a proposal due date on or about 04 February 2014. This solicitation will be issued as Service-Disabled Veteran-Owned Small Business set-aside under NAICS Code 541620. The Joint Total Acquisition Value (JTAV) of these contracts is $30 million. The minimum guaranteed amount for award is $2,500.00. The base contracts will have a three (3) year base period and one (1) two (2) year option period in accordance with DFARS 217.204. Task Orders issued under these contracts will be firm-fixed price. The Government reserves the right to compete each task order among the selected contractors using either a best value or low price evaluation which will be determined on a case by case basis for each task order. There are no limits on the amount of task orders except for the JTAV. The period of performance for any task order will not exceed five (5) years and any task order period for performance.

Description of Work: Environmental consulting services to be accomplished using these contracts include, but are not limited to:

    Environmental Planning, to include, National Environmental Policy Act (NEPA) compliance; Preparation of impact analyses, environmental assessments, environmental impact statements, and various agency specific planning documents to include the assessment of mitigation requirements and plans for compensatory mitigation projects

    Air Quality, to include, Clean Air Act (CWA) compliance, and Air emissions management, including air quality surveys and analysis, air emissions inventories, and permit applications

    Water Quality, to include, CWA compliance, National Pollution Discharge Elimination System (NPDES) and State Pollution Discharge Elimination System (SPDES) permit applications and monitoring, Storm Water management, including Storm Water Pollution Prevention Plans (SWPPP)

    Natural Resource and Wildlife Management, to include, Endangered Species Act (ESA) compliance, including endangered species management plans (ESMP), Natural resources inventories and surveys including Biological Assessments (BAs), Habitat management and restoration, and Integrated Natural Resource Management Plan (INRMP) compliance

    Cultural and Historic Resources Management, to include, National Historic Preservation Act (NHPA) compliance, including Section 106 assessments and studies such as historic building surveys and historic building guides, impact analyses and Determinations of Eligibility or Effect, Anthropological and archeological related studies, surveys, investigations plans and restorations, and Integrated Cultural Resources Management Plans

    Pollution Prevention, to include, Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA)/ Superfund Amendments and Reauthorization Act (SARA) compliance (does not include remedial design or remedial action), Resource Conservation and Recovery Act (RCRA) compliance, including temporary storage facility (TSF) management (does not include remedial design or remedial action), Environmental fate studies, Pollution Prevention Opportunity Assessments, and Pollution Preventions Plans

    Solid Waste Management, to include, solid waste management plans and landfill closure plans

    Range Management, to include, sustainable range program compliance

    Environmental Compliance, to include, Environmental Management System (EMS) support, Environmental Condition of Property (ECOP) assessments, Preliminary assessment/site inspection (PA/SI), Environmental compliance monitoring and reporting, and Participation in community education, public involvement, stakeholder outreach, and/or public affairs activities, including collaborative public participation and engagement, communication strategies, conflict management, decision-making techniques for intergovernmental and stakeholder processes, and facilitation of meetings and training

    Environmental Data Management, to include, U.S. Air Force Environmental Restoration Program Information Management System (ERPIMS) data management; and U. S. Army Environmental Restoration Information System (ERIS)

Proposal Evaluation Process: Proposals will be evaluated based on the factors outlined in the RFP solicitation (to be published on or about 06 January 2014) using lowest price technically acceptable, informal source selection procedures in accordance with FAR Part 15. Technical factors will include, but are not limited to, company experience, past performance, and Quality Assurance/Quality Control and Safety and Health Practices. Cost reasonableness will also be evaluated. Offerors will be required to submit both technical and cost proposals. No pre-proposal conference will be held.

Additional Information: The RFP solicitation will be published on or about 06 January 2014 and will be available by Internet access only. Hard copies, CDs, DVDs and/or any other media will not be available by means or provided. All solicitation documents and amendments will be posted to the Army Single Face to Industry (ASFI) website (https://acquisition.army.mil) and made available for viewing in Federal Business Opportunities (http://www.fbo.gov). Prospective offerors must register their firm on this website in order to download the solicitation, amendments, plan holders list and other additional information. No telephone calls or faxes for solicitation information requests will be accepted. Prospective offerors should check the website frequently for changes to the solicitation and posting of amendments. Prior to submitting proposal, prospective offerors must be actively registered in the System for Award Management (SAM), www.sam.gov, and directed solicitation provisions concerning electronic annual On-line Representations and Certifications (ORCA) as well. Representations and certifications are required to be updated annually at a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective for one year from date of submission or update to SAM. By submission of a proposal, a contractor acknowledges the requirement to be registered in the SAM database prior to award; during performance; and through final payment of any contract resulting from the solicitation, reference DFARS clause 252.204-7004.

The USACE technical point of contact is LCDR Michael Garner at (816) 389-3014, Michael.R.Garner@usace.army.mil. The USACE contractual point of contact is Ms. Cami Clayton at (816) 389-2443, Cami.R.Clayton@usace.army.mil. For additional contracting opportunities, visit the Army Single Face to Industry web site at https://acquisition.army.mil/asfi/.


Cami R. Clayton, 816-389-2443

USACE District, Kansas City

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP