Water Quality Monitoring

expired opportunity(Expired)
From: Federal Government(Federal)
W912EK23-Water-Quality-Monitoring

Basic Details

started - 22 Sep, 2022 (19 months ago)

Start Date

22 Sep, 2022 (19 months ago)
due - 30 Sep, 2022 (18 months ago)

Due Date

30 Sep, 2022 (18 months ago)
Bid Notification

Type

Bid Notification
W912EK23-Water-Quality-Monitoring

Identifier

W912EK23-Water-Quality-Monitoring
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (705762)DEPT OF THE ARMY (132650)USACE (37955)MVD (4868)W07V ENDIST ROCK ISLAND (849)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Sources Sought/Request for Information Water Quality Monitoring Program Purpose and Objectives: The purpose of this notice is to obtain information regarding: (1) the availability and capability of all qualified sources;  (2) whether they are small or large businesses; HUBZone small businesses; service-disabled, veteran- owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their understanding, capabilities and experience relative to the proposed acquisition to assist the Government in determining the expectation of receiving bids from responsible small business contractors at fair market prices. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set- aside is possible. An organization that is not under the applicable NAICS code can submit a response to this notice, however their capabilities
may/may not be assessed for the purposes of this notice. A determination by the Government not to compete this requirement as a set-aside based upon responses to this Notice is solely within the discretion of the Government.The Corps of Engineers (COE), Rock Island District does not intend to award a contract on the basis of responses received, however as a result of this Sources Sought Notice, the COE may issue a Request for Proposal (RFP).Interested parties are expected to review this Notice and the Project Requirements to familiarize themselves with the requirements of this project.Project Requirements: Utilizing the contractor's equipment and personnel, operate and maintain a year-round surface water quality monitoring program in the State of Iowa on the Des Moines River in the vicinity of Saylorville and Red Rock Reservoirs, which includes water and fish sample collection, field measurements, laboratory analysis, data reporting (Excel spreadsheet), and interpretation of results for all sample sites in the Des Moines River, Red Rock Reservoir, and Saylorville Reservoir.  In addition, the contractor will be responsible for analyzing water samples collected by Corps of Engineers’ personnel from the Iowa River/Coralville Reservoir, collecting and analyzing fish samples from these waters, and providing interpretation of these results. Estimated Range: $500,000-$1.5 MillionNAICS Code and Size Standard:  In the event an RFP is issued, North American Industry Classification System (NAICS) code 541380 with a size standard of $16.5M is being considered.Capability Statement/Information Sought: All parties interested in this project must demonstrate that they would have the potential to be a responsive and responsible contractor for the following project technical criteriaTailored Capability Statements shall demonstrate a clear understanding of all tasks specified in the draft Project Requirements. Tailored Capability Statements for this requirement shall address the following areas:Firm's name, address, point of contact, phone number, e-mail address, CAGE and DUNS number.Offeror's joint venture information, if applicable, existing and potential.Firm’s intent to be a prime contractor or a subcontractor.Provide relevant information on the Firm's experience/capabilities as it pertains to the proposed work outlined in the Project Description.Provide a maximum of two examples of projects similar in size, scope and complexity with a brief description of each project, customer name, timeliness of performance, contract number, customer satisfaction and the dollar value.NOTE:  Small businesses may submit a capability statement that includes the expertise of large business partner companies under a teaming arrangement. If a teaming arrangement is contemplated, then the response to this sources sought must clearly discuss the areas of the Draft Performance Work Statement that the small business firm intends to perform and the specific areas that the large business teaming partner intends to perform. Please note that at least 15% of the total cost of the contract value must be incurred by or for personnel of the small business firm (or similarly situated entities) pursuant to the FAR clause at 52.219-14 entitled “Limitations on Subcontracting (NOV 2011)”.In order for the Government to make a Small Business (SB) set-aside (or other socioeconomic sub-category) determination, it is emphasized that SB concerns provide sufficient written information to clearly demonstrate their capacity, capability, and responsibility (in accordance with FAR 9.1 and the requirements at FAR 19.502(b)(1) to successfully perform and manage all the requirements of this effort.Information Submission Instructions: 1. Page Limitations:Interested qualified small business organizations should submit a tailored capability statement for this requirement not to exceed twenty (20) single sided pages including all information that clearly details the firm’s ability to perform the aspects of the notice described above and in the Project Requirements.2. Number of Copies:All capability Statement sent in response to this SOURCES SOUGHT/Request for Information notice must be submitted via e-mail to the Contract Officer, Ryan Larrison at ryan.r.larrison@usace.army.mil and Deputy, Small Business Programs Troy Robbins at Troy.A.Robbins@usace.army.mil. The e-mail subject line must specify Response to Sources Sought:  Water Quality Monitoring. 3. Due Date/TimeElectronically submitted tailored capability statements are due no later than Friday 30 September 2022 at 2:00pm CST, however this does not restrict the Government from accepting responses after this time, if it is in the best interests of the Government for market research purposes, and also does not prohibit the Government from seeking potential capable, and responsible sources from information available from other resources (for instance:  small business databases, known sources, previous contractors) to determine a final procurement strategy.

KO CONTRACTING DIVISION 1 ROCK ISLAND ARSENAL  ROCK ISLAND , IL 61299-5001  USALocation

Place Of Performance : KO CONTRACTING DIVISION 1 ROCK ISLAND ARSENAL ROCK ISLAND , IL 61299-5001 USA

Country : United StatesState : Illinois

You may also like

SCADA & WATER QUALITY INSTRUMENT ON-CALL SERVICES (CANCELLED)

Due: 03 May, 2024 (in 13 days)Agency: The Metropolitan Nashville Airport Authorit

BASE YEAR: WATER QUALITY ANALYTICAL SVCS

Due: 30 Sep, 2024 (in 5 months)Agency: DEPT OF DEFENSE

WATER QUALITY MANAGEMENT SERVICES

Due: 28 Feb, 2026 (in 22 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.