Oakland Harbor, Richmond Harbor and Redwood City Federal Navigation Channel Dredging Projects water quality monitoring program pursuant to Water Quality Certifi...

expired opportunity(Expired)
From: Federal Government(Federal)
W912P7-18-S-0016

Basic Details

started - 26 Dec, 2017 (about 6 years ago)

Start Date

26 Dec, 2017 (about 6 years ago)
due - 29 Jan, 2018 (about 6 years ago)

Due Date

29 Jan, 2018 (about 6 years ago)
Bid Notification

Type

Bid Notification
W912P7-18-S-0016

Identifier

W912P7-18-S-0016
Department of the Army

Customer / Agency

DEPT OF DEFENSE (708882)DEPT OF THE ARMY (133113)USACE (38130)SPD (2652)W075 ENDIST SAN FRAN (345)
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.

1. This announcement is a SOURCES SOUGHT NOTICE for Market Research only; this is NOT a Request for Proposal (RFP). This announcement is for information and planning purposes only and is not a commitment by the government, implied or otherwise, to issue a solicitation or award a contract. The purpose of this sources sought notice is to determine interested parties, socioeconomic status availability, and capabilities. The Government intends to use responses to this sources sought notice to make an appropriate acquisition decision for this project.2. The small business size standard for this NAICS Code is 541620 for Environmental Consulting Services. The 5small business size standard for this NAICS is $15 million, and the Product Service Code is B599 for Other Special Studies & Analyses.3. The Period of Performance is anticipated for June 2018 through June 2019.4. The estimated price range for this project is approximately $100,000 - $150,000.5. PROJECT DESCRIPTION:The Oakland Harbor,
Richmond Harbor and Redwood City Federal Navigation Channel Dredging Projects requires the following water quality monitoring program pursuant to Water Quality Certification (WQC) Order No. R2-2015-0023 for the 2015-2019 Maintenance Dredging Program. Water quality monitoring for turbidity will be performed while the mechanical dredge operations are actively decanting. Controlled decanting is any direct discharge of water entrained with the dredged sediment from any barge or scow into which the dredged sediment is placed typically through an open standpipe (dredge decanting system).For safety reasons, no monitoring shall occur before sunrise or after sunset.If there is an exceedance in turbidity within the five (5) days of decant monitoring and additional five (5) days of monitoring may be required for a maximum monitoring period of ten (10) days per project.If multiple dredges are being deployed on site, USACE may require two separate monitoring efforts (one for each dredge) depending on the locations of the dredge operations.The contractor shall collect turbidity readings within the water strata: near the surface (~2 feet below), mid-depth, and near the bottom (~2 feet above).The contractor shall compare turbidity readings taken at the point of compliance to background levels within the same water column strata (i.e., at each point in the water strata - surface, mid-depth and near bottom, with comparisons of the points of compliance compared to the same strata at the current background station) to determine compliance with turbidity standards.6. LOCATION OF SERVICES: San Francisco Bay, California.7.SUBMISSION REQUIREMENTS FOR RESPONSES TO THIS SOURCES SOUGHT NOTICE7(a). Point of Contact name, email address, and phone number.7(b). CAGE Code and DUNS number if available.7(c). In the event that the organization is a small business, state the category of small business, such as 8(a), HUBZone, Veteran Owned Small Business, Woman Owned Small Business, or SDVOSB.7(d). Statement of Capability (SOC) - Send a statement demonstratinga. Skills, equipment, and personnel required to perform the specified type of services are available, or can become available if the contract is awarded.b. Recent and relevant experience in identification and mapping within the last three (3) years.8. Anticipated solicitation issuance date is early April 2018. An official synopsis citing the solicitation number will be issued on Federal Business Opportunity (www.fbo.gov). Vendors are encouraged to register electronically to receive a copy of the solicitation when it is issued.9. All interested contractors should notify this office in writing by email o12:00PM Pacific Time on January 29, 2018. Submit response and information via EMAIL to james.neal@usace.army.mil or Roberto.Escobedo@usace.army.mil.10. RESULT INFORMATION:Respondents WILL NOT be notified of the results of the evaluation. Firms responding to this sources sought notice, who fail to provide all the required information requested, will not be used to help by the government to make the acquisition decision, which is the intent of this sources sought announcement. 

ATTN: CECT-SPN 1455 MARKET ST., 17TH FL San Francisco, California 94103-1398 United StatesLocation

Place Of Performance : ATTN: CECT-SPN 1455 MARKET ST., 17TH FL San Francisco, California 94103-1398 United States

Country : United States

Classification

541 -- Professional, Scientific, and Technical Services/541620 -- Environmental Consulting Services
naicsCode 541620Environmental Consulting Services
pscCode BSPECIAL STUDIES/ANALYSIS, NOT RandD