IDIQ Biological, Environmental, & Cultural Resources Services

expired opportunity(Expired)
From: Federal Government(Federal)
W912DS22R0005

Basic Details

started - 14 Jul, 2022 (21 months ago)

Start Date

14 Jul, 2022 (21 months ago)
due - 28 Jul, 2022 (21 months ago)

Due Date

28 Jul, 2022 (21 months ago)
Pre-Bid Notification

Type

Pre-Bid Notification
W912DS22R0005

Identifier

W912DS22R0005
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (705969)DEPT OF THE ARMY (132703)USACE (37975)NAD (5821)W2SD ENDIST NEW YORK (588)

Attachments (3)

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.

The U.S. Army Corps of Engineers, New York District intends to issue an Request for Proposals (RFP) seeking to award an Indefinite Delivery/Indefinite Quantity (IDIQ) services contract to provide all labor, supplies, materials, laboratory services, transportation and equipment necessary to conduct required biological, environmental and cultural resources studies on a multiple task order basis.  Work will include, but not be limited to:  the preparation of Environmental Assessments/Environmental Impact Statements and supporting studies and field surveys; monitoring; impact assessment modeling; wetland delineations; hazardous, toxic and radioactive waste Phase I and II assessments; soil testing; air and water quality studies; endangered and threatened species field studies; essential fish habitat investigations; terrestrial and underwater archaeological studies; historic architecture assessments; and public involvement activities.  This procurement strategy will be 100% Service-Disabled
Veteran-Owned Small Businesses (SDVOSB). The North American Industry Classification System (NAICS) code is 541620. The business size standard is $16,500,000 for the preceding three fiscal years. The respondent(s) must also be registered as an SDVOSB in the System for Award Management.  The IDIQ will span five years and has a ceiling of $12,000,000 minimum ordering obligation. Proposals must be emailed to the contract Specialist Mohenda Surage, Mohenda.R.Surage@usace.army.mil. All questions must be submitted in writing via email to Mohenda.R.Surage@usace.army.mil and Nicholas.P.Emanuel@usace.army.mil.Source selection procedures will be in accordance with all current FAR, DFAR and AFAR provisions.  The Best Value Trade-Off method will be used for the acquisition.  Technical proposals will be evaluated by a Technical Evaluation Board.  Proposals will be evaluated for compliance with the technical requirements of the solicitation. The U.S. Army Corps of Engineers, New York District intends to issue an Request for Proposals (RFP) seeking to award an Indefinite Delivery/Indefinite Quantity (IDIQ) services contract to provide all labor, supplies, materials, laboratory services, transportation and equipment necessary to conduct required biological, environmental and cultural resources studies on a multiple task order basis.  Work will include, but not be limited to:  the preparation of Environmental Assessments/Environmental Impact Statements and supporting studies and field surveys; monitoring; impact assessment modeling; wetland delineations; hazardous, toxic and radioactive waste Phase I and II assessments; soil testing; air and water quality studies; endangered and threatened species field studies; essential fish habitat investigations; terrestrial and underwater archaeological studies; historic architecture assessments; and public involvement activities.  This procurement strategy will be 100% Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The North American Industry Classification System (NAICS) code is 541620. The business size standard is $16,500,000 for the preceding three fiscal years. The respondent(s) must also be registered as an SDVOSB in the System for Award Management.  The IDIQ will span five years and has a ceiling of $12,000,000 minimum ordering obligation. Proposals must be emailed to the contract Specialist Mohenda Surage, Mohenda.R.Surage@usace.army.mil. All questions must be submitted in writing via email to Mohenda.R.Surage@usace.army.mil and Nicholas.P.Emanuel@usace.army.mil.Source selection procedures will be in accordance with all current FAR, DFAR and AFAR provisions.  The Best Value Trade-Off method will be used for the acquisition.  Technical proposals will be evaluated by a Technical Evaluation Board.  Proposals will be evaluated for compliance with the technical requirements of the solicitation. In accordance with DFARS 252.204-7007, all vendors who want access to the solicitation must be registered with System for Award Management (SAM), located at https://www.sam.gov, in order to safeguard acquisition-related information for all Federal Agencies. Interested parties may download and print the solicitation at https://www.sam.gov. Check www.sam.gov frequently for information and updates. Project specification files and drawings are portable document files (PDF). The Office of the Under Secretary of Defense (Acquisition Technology & Logistics (OUSD{AT&L}) A Guide to Collection & Use of Past Performance Information dated 2003 and FAR Part 36 requires the collection and use of past performance information (PPI) in acquiring best-value goods and services. FAR Subpart 36.3 and DFARS Subpart 236.2 mandate the use of Contract Performance Assessment Reporting System (CPARS) by all DoD agencies. CPARS is located at: https://www.cpars.csd.disa.mil. More definitive guidance and instructions will be incorporated in the solicitation and resultant contract. For further information, contact: Mohenda Surage, Contract Specialist, U.S. Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1630, New York, NY 10278-0090. Telephone: 917-940-8013 E-mail: Mohenda.R.Surage@usace.army.mil and Nicholas.P.Emanuel@usace.army.mil.

KO CONTRACTING DIVISION 26 FEDERAL PLAZA ROOM 16 300  NEW YORK , NY 10278-0004  USALocation

Place Of Performance : KO CONTRACTING DIVISION 26 FEDERAL PLAZA ROOM 16 300 NEW YORK , NY 10278-0004 USA

Country : United StatesState : New York

You may also like

Natural Resource Inventory and Ecological Restoration Services

Due: 27 Jan, 2027 (in about 2 years)Agency: All Using Agencies

Natural Resource Inventory and Ecological Restoration Services

Due: 27 Jan, 2027 (in about 2 years)Agency: All Using Agencies

Natural Resource Inventory and Ecological Restoration Services

Due: 27 Jan, 2027 (in about 2 years)Agency: All Using Agencies

Please Sign In to see more like these.

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

Classification

naicsCode 541620Environmental Consulting Services
pscCode B599Other Special Studies and Analyses