National Environmental Policy Act (NEPA)

expired opportunity(Expired)
From: Federal Government(Federal)
N6247322RNEPA

Basic Details

started - 03 Feb, 2022 (about 2 years ago)

Start Date

03 Feb, 2022 (about 2 years ago)
due - 24 Feb, 2022 (about 2 years ago)

Due Date

24 Feb, 2022 (about 2 years ago)
Bid Notification

Type

Bid Notification
N6247322RNEPA

Identifier

N6247322RNEPA
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709397)DEPT OF THE NAVY (157028)NAVFAC (10919)NAVFAC PACIFIC CMD (3914)NAVFAC SW (1220)NAVFAC SOUTHWEST (1353)

Attachments (1)

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.

This is a SOURCES SOUGHT announcement for Market Research to be used for preliminary planning purposes. The information received will be used within the Navy to facilitate the decision making process and will not be disclosed outside of the agency. The intent of this Sources Sought is to identify potential qualified Small Businesses, U.S. Small Business Administration (SBA) certified 8(a) Businesses, SBA certified HUBZone Small Businesses, Economically Disadvantaged Women-Owned Small Businesses, and/or Service-Disabled Veteran-Owned Small Businesses. This Sources Sought is one facet in the Government's overall market research in regards to whether the proposed solicitation will be issued as a competitive set-aside or as full and open (unrestricted). No procurement strategy will be determined based solely on the information received in response to this Sources Sought Synopsis.THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT ANNOUNCEMENT.
No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will NOT be notified of the results of the evaluations.The purpose of this Sources Sought is to seek potential qualified small business sources with indication of business size classification, including:8(a), HubZone Small Business, Service-Disabled Veteran Owned Small Business, Small Business, Small Disadvantaged Business,Women-Owned Small Business, Veteran-Owned Small Business.The Government will use responses to this Sources Sought Synopsis to assist the Government in making appropriate acquisition decisions. If, after review of the responses to this sources sought synopsis, the Government still plans to proceed with the acquisition, a combined synopsis/solicitation will be published on beta.SAM.gov.Services to be acquired:Naval Facilities Engineering Systems Command, Southwest is seeking sources with current relevant qualifications, experience, personnel, and capability to provide, under contract, all management, labor, incidental engineering, travel, transportation, equipment, material, and supervision necessary in performing Environmental Planning Services for the conduct of Navy and Marine Corps National Environmental Policy Act (NEPA), environmental planning support, and other related work. Work would include, but is not limited to; the preparation of the following primary NEPA related documents, studies, and reports: Environmental Assessments (EAs) and Findings of No Significant Impact (FONSIs); Environmental Impact Statements (EISs) and draft Records of Decision (RODs).  These NEPA documents would address the following resource areas, as applicable for each project: topography, geology and soils; water resources; biological resources; marine biological resources, air quality, greenhouse gasses and climate change; noise; airspace; cultural resources; socioeconomics including environmental justice; land use; Coastal Zone Management Act analysis; transportation/traffic; utilities and utility corridors; climate change; public health and safety (including hazardous materials, protection of children from environmental health risks and safety risks, and anti-terrorism and force protection); visual quality; public services; and other important resource areas and considerations. The contract scope also includes the contractor provision of other technical environmental studies and environmental documents including, but not limited to the following efforts: Biological Assessments, Marine Biological Resource Studies and Reports, Essential Fish Habitat Analysis and Report, Directed Marine Surveys for Eelgrass and Caulerpa, Marine Mammal Protection Act consultation documents including Incidental Harassment Authorization applications, Clean Water Act Permit Application Preparation (for use with USACE and RWQCB), Geological Surveys and Reports, Topography and Soils Mapping, Air Emissions Calculations, Noise Measurement Studies, Cultural Resource Surveys and Studies, Water Quality Studies and Reports, Transportation/Traffic Studies and Engineering Reports, Traffic Studies Requiring Computer Modeling; Public Involvement Plan Preparation and Implementation; and Dredging and Construction Sediment Testing Services. Work will be accomplished under Task Orders that are competed under an Indefinite-Delivery-Indefinite-Quantity (IDIQ) contract with both non-fixed price bid-based tasks and Fixed Priced Exhibit Line Item Numbers (ELINS). The actual amount of work to be performed and the time of such performance will be determined by the Contracting Officer or his/her properly authorized representative, who will issue written Task Orders. The proposed contract will be for a period not to exceed 5 years. The estimated value of the potential award contracts is approximately $30m million total.The North American Industry Classification System code for this procurement is 541690 – Other Scientific and Technical Consulting Services. The small business size standard is $16.5 million.Each firm (including Joint Ventures/Subcontractors/Teams) must demonstrate knowledge and experience in all the services cited above and have the ability to obtain appropriate security clearances to access military sites/property/installations.Responses to this sources sought notice shall not exceed eleven (11) pages and will be prepared using Times New Roman font no smaller than 10 point.1. Provide a one (1) page cover sheet that MUST include:Contractor name, address, primary phone numberContractor’s status and size of the business relative to NAICS code 541690Two Points of Contact with telephone numbers and e-mail addressesShort description of the contractor’s history including years in business, number of employees, and main disciplines/experience areas of the contractor2. Provide up to two (2) pages listing key employees of both the contractor and all subcontractors, and their experience relative to the services described above. NEPA, Terrestrial & Marine Biology, Cultural Resource, Public Involvement Planning, Project Management, and other areas of expertise should be adequately identified.3. Provide up to eight (8) pages listing with past and current contracts/task orders (within the last 5 years), that demonstrate the contractor’s ability to perform the services described above. Each Contractor shall use the attached Matrix and complete one sheet for each project. Ensure that all fields are completed in as much detail as possible.4. Provide at least two (2) completed contracts/task orders valued over $1,000,000 (within the last 5 years of issuance of this sources sought).When determining which projects to include, participants should give greater consideration to the following:Contracts/Task Orders valued at $25,000.00 to $1,200,000.00 that are the same or similar to the work requirements/experiences described above. Fair opportunity will be provided for all resulting task orders in accordance with FAR 16.505(b).Contracts/Task Orders for services that are the same or similar to the work requirements/experiences that were performed in Arizona, California and Nevada.Provide full Point of Contact Reference information on as many projects as possible. This should be someone who has knowledge of the work that was performed.Provide copies of any and all Small Business certifications including those issued by the Small Business Association (SBA) and those which are derived from self-reported information submitted through the System for Award Management (SAM) portal. Small Business categories include: 8(a), HubZone Small Business, Service-Disabled Veteran Owned Small Business, Small Business, Small Disadvantaged Business, Women-Owned Small Business, and Veteran-Owned Small Business. Copies of SBA Certifications will not be counted in the eleven (11) page limit.When and if available, the solicitation will be available by electronic media under the combined synopsis/solicitation notice and will be able to be viewed and downloaded from the SAM.gov website. There will be no paper copies issued. Amendments will be posted on the SAM.gov website for downloading. This will be the only method of distribution; therefore, it is the offeror(s)’ responsibility to check the website periodically for any amendment(s) to this solicitation. Offeror(s) must be registered in the Systems for Award Management (SAM) at SAM.gov and meet eligibility requirements to participate in this procurement.The closing date set for receipt of sources sought is 30 calendar days from the date of issue. Questions should be submitted by email to christine.reyes.civ@us.navy.mil.Submittals/Capabilities packages must be received before 2:00 P.M. Pacific Standard Time (PST) on 24 February 2022.

San Diego ,
 CA  92132  USALocation

Place Of Performance : N/A

Country : United StatesState : CaliforniaCity : San Diego

You may also like

(9) ENVIRONMENTAL DATABASE SEARCHES FOR NRCS/FL.

Due: 26 Jun, 2024 (in 1 month)Agency: FARM PRODUCTION AND CONSERVATION BUSINESS CENTER

Environmental Document/NEPA for Project No

Due: 31 Dec, 2030 (in about 6 years)Agency: State of Connecticut

Please Sign In to see more like these.

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

Classification

naicsCode 541690Other Scientific and Technical Consulting Services