South Carolina Bids > Bid Detail

Storm Water Monitoring Services

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • B - Special Studies and Analyses - Not R&D
Opps ID: NBD00159431833307298
Posted Date: Oct 20, 2022
Due Date: Nov 3, 2022
Solicitation No: W9124C-23-R-0008
Source: https://sam.gov/opp/dfbea03228...
Follow
Storm Water Monitoring Services
Active
Contract Opportunity
Notice ID
W9124C-23-R-0008
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
418TH CSB
Office
W6QM MICC-FT JACKSON
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Oct 20, 2022 03:51 pm EDT
  • Original Response Date: Nov 03, 2022 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: B533 - SPECIAL STUDIES/ANALYSIS- WATER QUALITY
  • NAICS Code:
    • 541620 - Environmental Consulting Services
  • Place of Performance:
    Columbia , SC 29207
    USA
Description

SOURCES SOUGHT NOTICE



Storm Water Monitoring Services, Fort Jackson, SC



INTRODUCTION



The Mission Installation Contracting Command (MICC), Fort Jackson, SC is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for Storm Water Monitoring Services at Fort Jackson, SC. The intention is to procure these services on a competitive basis.



BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.



PLACE OF PERFORMANCE



Fort Jackson, SC 29207



DISCLAIMER



“THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A “REQUEST FOR PROPOSAL (RFP)” TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.”



PROGRAM BACKGROUND



The Fort Jackson Directorate of Public Works, Environmental Division is responsible for environmental regulatory compliance and oversight on Fort Jackson. Fort Jackson has developed a storm water management program that addresses water quality through a number of regulatory aspects such as construction site, industrial facilities, public education, and good housekeeping, all of which is documented in a Storm Water Management Plan (SWMP). In addition, Fort Jackson has collected water quality data in response to two Total Maximum Daily Load (TMDL) impairments in the Gills Creek watershed for dissolved oxygen (DO) and fecal coliform bacteria. Due to the change in preferred indicator bacteria by South Carolina Department of Health and Environmental Control (SCDHEC), from fecal coliform bacteria to Escherichia coli (E. coli) for fresh water, the proposed pollutant of concern sampled by Fort Jackson at the representative location within the urbanized area is E. coli.



REQUIRED CAPABILITIES



The contractor shall provide storm water monitoring and project management services. Services include collection of storm water samples from the SMS4 location; equipment operation, maintenance, and calibration; creation and maintenance of a website to display continuous monitoring data; storm sewer system map updates; field screening of illicit discharges; data analysis; and reporting, as identified in the SMS4 Permit and the Fort Jackson TMDL Monitoring and Assessment Plans for the Gills Creek Watershed for DO and E. coli, hereafter referred to as TMDL Plans; provide technical and regulatory assistance during audits; and prepare annual reports along with associated updates to the Stormwater Management Plan (SWMP).



If your organization has the potential capacity to perform these contract services, please provide the following information:



1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and



2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.



The Government will evaluate market information to ascertain potential market capacity to:



1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated;



2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements;



3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and



4) provide services under a performance based service acquisition contract.



ELIGIBILITY



The applicable NAICS code being considered for this requirement is 541620 Environmental Consulting Services with a Small Business Size Standard of $16.5M. The Product Service Code is B533, SPECIAL STUDIES/ANALYSIS – WATER QUALITY. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.



ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)



A draft Performance Work Statement is attached for review.



Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 2 pm, EST, 3 November 2022. All responses under this Sources Sought Notice must be e-mailed to:





Dawn R. Anthony



Contract Specialist



dawn.r.anthony.civ@army.mil





Scott R. Bertacini



Contracting Officer



scott.r.bertacini.civ@army.mil



This documentation must address at a minimum the following items:



1.) What type of work has your company performed in the past in support of the same or similar requirement?



2.) Can or has your company managed a task of this nature? If so, please provide details.



3.) Can or has your company managed a team of subcontractors before? If so, provide details.



4.) What specific technical skills does your company possess which ensure capability to perform the tasks?



5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company’s ability to perform at least 50% of the tasking described in this PWS for the base period as well as the option periods.



6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc.



7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern.



The estimated period of performance consists of a base year plus four (4) twelve month option periods with performance anticipated to commence on/or around April 2023.



The contract type is anticipated to be firm fixed price.



The proposed contract is anticipated to include tasking that would be accomplished by labor categories that may be subject to the Service Contract Act or a collective bargaining agreement.



Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal.



Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Dawn Anthony and Contracting Officer, Scott Bertacini, in either Microsoft Word or Portable Document Format (PDF), via email.



dawn.r.anthony.civ@army.mil



scott.r.bertacini.civ@army.mil



All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.



No phone calls will be accepted.



All questions must be submitted to the personnel identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.


Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN BLDG 4340 MAGRUDER ST FT JACKSON
  • COLUMBIA , SC 29207-5490
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Oct 20, 2022 03:51 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >