NR and CR Project Support for YTC
ID: W912DW24R0005Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST SEATTLESEATTLE, WA, 98134-2329, USA

NAICS

Environmental Consulting Services (541620)

PSC

SPECIAL STUDIES/ANALYSIS- ENVIRONMENTAL ASSESSMENTS (B510)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide wildlife, natural, and cultural resource project support at Joint Base Lewis-McChord and Yakima Training Center in Washington. The contract will encompass a variety of tasks including environmental consulting, archaeological assessments, and natural resource management, aimed at ensuring compliance with federal regulations and promoting environmental stewardship within military training areas. The total estimated value of the contract is approximately $5.8 million, covering a base year and two optional years, with proposals due by September 16, 2024, at 12 PM PDT. Interested contractors should direct inquiries to Alfonso Nolasco at alfonso.nolasco@usace.army.mil or call 253-244-0994 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document addresses inquiries related to a federal Request for Proposals (RFP) concerning personnel qualifications and project timelines. The main topic focuses on clarifications required for compliance and procedural questions from potential bidders. Key points include the unwaivable requirement for personnel, specifically archaeologists and biologists, to possess Master’s degrees due to Secretary of Interior stipulations. Additionally, there are no plans to extend the proposal submission deadline. A question related to hunting season impacts on contracting work is addressed, indicating that while contractors operate around recreational users, range closures will only occur if requested by the Government Point of Contact. This highlights the commitment to adhere to established qualifications and timelines while accommodating the needs of recreational hunters during project implementation. Overall, the document serves to ensure clear communication between the government and interested parties, maintaining compliance with legal and regulatory requirements.
    The Wildlife, Natural, and Cultural Resources Project Support contract at Joint Base Lewis-McChord and Yakima Training Center aims to provide a broad range of services related to wildlife management, archaeological evaluations, and ecological assessments. This Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract will be active for one year, with two optional extensions, allowing the government to issue specific Task Orders for varied tasks. The contractor is responsible for supplying all necessary personnel, equipment, and materials. Service requirements include biological monitoring, surveys of endangered species, vegetation assessments, and archaeological data recovery. Security protocols dictate rigorous training and identification standards for contractor personnel to ensure safety and compliance with federal regulations. Each task will be conducted under specific guidelines, ensuring that actions align with environmental standards and military regulations. The contract underscores the Department of Defense’s commitment to conserving natural and cultural resources while efficiently integrating military operations, thereby fostering sustainable practices within the training environments. This comprehensive approach ensures both ecological protection and support for military readiness through careful management of resources impacted by military activities.
    The document addresses several questions received regarding a solicitation for a project involving key personnel and plant seedlings. The primary inquiries revolve around the requirements for submitting resumes of key personnel and specifications concerning the seedlings’ container sizes. In response to the first set of questions, it is clarified that resumes are only required for key personnel who meet the minimum qualifications specified in the solicitation, emphasizing that the assessment will focus on the overall team ratings rather than individual qualifications. Regarding the seedlings, the typical provision includes over 1000 shrubs in 8-cubic inch containers, with some potentially in 40-cubic inch and 10-cubic inch containers, though the precise mix remains undecided. Additionally, the area of potential effect (APE) is deemed to be a high probability region for project activities, with some exceptions outlined due to bedrock and lithosols, although specific density information could not be provided. Overall, the responses aim to clarify participation requirements and logistical considerations pertinent to the project, ensuring compliance with the solicitation guidelines and addressing proposal evaluation criteria effectively.
    The U.S. Army Corps of Engineers is requesting proposals for a Task Order related to "Shrub Planting and Cultural Resource Surface and Subsurface Survey" at the Yakima Training Center in Washington. This Request for Proposal (RFP) involves an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for service providers tasked with implementing rehabilitation efforts for natural resources and conducting cultural surveys. Key components include planting 1,000 native shrubs and performing a cultural resource survey involving surface and subsurface exploration with up to 500 shovel probes. Contractors are required to submit proposals electronically by a specified deadline, adhere to wage determinations, and comply with various security and training protocols. Specific tasks encompass planning, reporting, and performing quality assurance measures to ensure project standards. The RFP specifies deliverables, deadlines, and customer coordination while stressing the importance of contractor experience and the provision of qualified personnel. The document underscores the commitment to environmental stewardship and regulatory compliance, detailing performance standards and potential penalties for non-compliance. The comprehensive nature of the proposal reflects the Army's focus on sustainability and cultural resource preservation within military training operations.
    This document outlines the pricing evaluation methodology for proposals submitted in response to a federal RFP. It specifies the assessment of binding labor rates for various roles, including contract managers, project managers, and environmental specialists, with fully burdened hourly rates presented. In addition, it involves an Indirect Cost Factor (ICF) applied at 10% and a profit margin set at 10%, leading to an evaluated price for each contract year, including the base year and option years. Emphasis is placed on the evaluation of pricing reasonableness and the identification of unbalanced pricing, which may arise when individual labor rates deviate significantly from the overall evaluated price. Proposers are instructed not to include a copy of this evaluation worksheet with their proposals. This structured approach is essential for ensuring competitive pricing and fiscal responsibility in government contract awards, reflecting best practices in the procurement process.
    The document addresses inquiries related to a government Request for Proposal (RFP), emphasizing specific requirements for personnel qualifications. It specifies that the mandated Master's degree for roles such as archaeologists, biologists, environmental scientists, and historians cannot be waived due to Secretary of the Interior (SOI) standards. The second question pertains to the potential extension of the submission deadline for the RFP, to which the response clarifies that no extension will be granted. This information reflects adherence to regulatory requirements and outlines the strict hiring criteria necessary for the project, as well as clearly communicating timelines, which is critical in the context of federal proposals and grants.
    The document outlines a Request for Proposal (RFP) for Wildlife, Natural, and Cultural Resources Project Support at Joint Base Lewis-McChord, Yakima Training Center, WA. Issued under the solicitation number W912DW24R0005, this RFP is aimed at acquiring environmental consulting services through a Firm Fixed Price, Indefinite Delivery/Indefinite Quantity (ID/IQ) contract. The contract will address tasks related to wildlife and natural resources, archaeology, and overall environmental management essential for compliance with federal regulations. The awarded contract will consist of a base year plus two option years, with a total value of approximately $5.8 million. Eligible competitors for the contract will be limited to SBA 8(a) program participants. Proposals must include detailed price factors, past performance history, and qualifications of key personnel, emphasizing a comprehensive technical approach to project execution. Submission deadlines are set for September 16, 2024, at 12 pm PDT, and all communications regarding the proposal must be directed to designated contract personnel. The evaluation will consider both price and non-price factors, highlighting the importance of technical capability and past performance in the selection process. The project underscores a commitment to effective natural resource management in military training areas.
    The document outlines a solicitation (W912DW24R0005) for a Firm Fixed Price, Indefinite Delivery/Indefinite Quantity (ID/IQ) contract to support wildlife, natural, and cultural resources projects at Joint Base Lewis-McChord and Yakima Training Center in Washington. The contract will be awarded through the SBA 8(a) program, focusing on eligible small business participants, with an estimated value exceeding $5.8 million over three years. Tasks encompass environmental consulting, archaeological assessments, and other related services. Offerors must submit proposals that include administrative, price, and non-price factors, as well as detailed qualifications of key personnel and a technical approach. Evaluation criteria prioritize key personnel qualifications and past performance, alongside a satisfactory technical approach. A site visit is scheduled for potential contractors, and submissions are due by September 12, 2024. The document emphasizes adherence to federal regulations and guidelines, reflecting the government's commitment to environmental stewardship while supporting military readiness.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Cathodic Services at JBLM and YTC
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army, is soliciting quotes for cathodic services at Joint Base Lewis-McChord (JBLM) and Yakima Training Center (YTC) in Washington. The procurement involves conducting annual surveys and preventative maintenance on 20 cathodic protection systems, including fire protection and potable water storage tanks, with a focus on ensuring compliance with relevant standards and regulations. This contract is crucial for maintaining the integrity and operational readiness of military infrastructure, thereby minimizing corrosion-related failures. Quotes are due by September 9, 2024, and interested contractors must register in the System for Award Management (SAM) and adhere to specified submission requirements. For further inquiries, contact Terrance J. Bond at terrance.j.bond.civ@army.mil or Shalon Hutton at shalon.d.hutton.civ@army.mil.
    U.S. Army Environmental Command (USAEC) Environmental Data Management System (EDMS)
    Active
    Dept Of Defense
    The U.S. Army Environmental Command (USAEC) is seeking proposals for the Environmental Data Management System (EDMS) to support environmental programs across multiple military installations, including Joint Base Lewis-McChord, Fort Hunter Liggett, and Yakima Training Center. The primary objective is to establish a secure and fully functional database portal that enables real-time data management and reporting of water testing results, particularly concerning contaminants like Per- and Polyfluoroalkyl Substances (PFAS). This initiative is crucial for ensuring environmental stewardship and compliance with federal regulations, facilitating transparent communication with stakeholders and decision-makers. Proposals are due by September 23, 2024, with an anticipated contract value between $1 million and $5 million. Interested parties should direct inquiries to Tracey Neal at tracey.neal@usace.army.mil or Robert Marsh at robert.g.marsh@usace.army.mil.
    (Pre-solicitation Notice) DPW Support Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is preparing to solicit bids for DPW Support Services at Joint Base Lewis-McChord (JBLM) in Washington. The contractor will be responsible for providing IT and business support services as part of the DPW IT Department, Business Operations and Integration Division, and Engineering Services Division, with potential work at the Yakima Training Center. This procurement is crucial for maintaining operational efficiency and support within the public works sector of the military installation. The solicitation is anticipated to be released around August 23, 2024, with a projected closing date of September 23, 2024, at 12:00 PM Pacific Standard Time. Interested parties can contact Terrance J. Bond at terrance.j.bond.civ@army.mil or Angela K. Chaplinski at angela.k.chaplinski.civ@army.mil for further information.
    SOF Consolidated Rigging Facility, Joint Base Lew is McChord (JBLM), Washington
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the construction of the SOF Consolidated Rigging Facility at Joint Base Lewis-McChord (JBLM) in Washington. This procurement falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and involves the construction of miscellaneous buildings as indicated by the PSC code Y1JZ. The project is significant for supporting Special Operations Forces and enhancing operational capabilities at the base. Currently, the solicitation process has been suspended as per Amendment R0005 to the RFP W912DW24R0024, with a new proposal due date to be announced in the future. Interested parties can reach out to Alysha Macdonald at Alysha.A.MacDonald2@usace.army.mil or Caroline Mueller at caroline.b.mueller@usace.army.mil for further inquiries.
    Indefinite Delivery Indefinite Quantity (IDIQ) Design Build and Design Bid Build Multiple Award Task Order Contract (MATOC) to support construction requirements for the Energy Resilience and Conservation Investment Program (ERCIP) Nationwide.
    Active
    Dept Of Defense
    The Department of the Army, through the U.S. Army Corps of Engineers (USACE) Louisville District, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) to support construction requirements under the Energy Resilience and Conservation Investment Program (ERCIP) nationwide. This procurement aims to award up to twelve contracts for design-build and design-bid-build projects focused on mechanical, electrical, and civil work, including infrastructure and microgrid construction, primarily within the contiguous United States and Puerto Rico. The total contract capacity is set at $2 billion, with a base ordering period of three years and seven optional years, emphasizing the government's commitment to enhancing energy resilience while providing opportunities for both large and small businesses. Interested vendors must submit proposals by October 7, 2024, at 2:00 PM EDT, and are encouraged to register for a virtual preproposal conference scheduled for September 12, 2024, by contacting Blake Gevedon at william.b.gevedon@usace.army.mil.
    LLA/LMA Stilling Basin Sediment Removal
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the LLA/LMA Stilling Basin Sediment Removal project, aimed at addressing sediment buildup in the stilling basins of the Lower Monumental and Lower Granite Dams located on the Snake River. The project involves comprehensive sediment removal to maintain dam operations and ecological balance, with specific requirements for site surveys, sediment disposal, and adherence to federal regulations. This initiative is critical for ensuring the structural integrity of the dams and supporting local ecosystems, with an estimated project cost between $1 million and $5 million. Contractors must submit sealed bids by September 30, 2024, and can direct inquiries to Preston Jones at Preston.E.Jones@usace.army.mil or by phone at 509-527-7206.
    NWW Biological Services Trap and Transport
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, Walla Walla District, is seeking interested businesses for a service contract titled "NWW Biological Services Trap and Transport." The contractor will be responsible for providing quality assurance and fish sampling functions for the USACE Juvenile Fish Biological Services and Transportation Program at Lower Granite and Little Goose dams, as well as supporting juvenile bypass system operations at Ice Harbor and McNary dams during the base year of 2025 and an option year in 2026. This contract is critical for ensuring the welfare of juvenile fish populations and compliance with environmental regulations, particularly under the Endangered Species Act. Interested parties must submit their capabilities and business size information to Melita S. Doyle via email by 3:00 PM local time on October 3, 2024, as this notice serves for market research and planning purposes only.
    DPW Support Services at JBLM/YTC
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for IT and support services at Joint Base Lewis-McChord (JBLM) through a non-personal services contract. The contractor will be responsible for providing comprehensive IT support, including cybersecurity, hardware and software maintenance, user management, Geographic Information System (GIS) services, Computer-Aided Design (CAD) services, and database administration, all in accordance with the Performance Work Statement. These services are critical for maintaining the operational efficiency of the Directorate of Public Works at JBLM, ensuring that IT systems support the base's infrastructure and mission requirements effectively. Interested vendors must submit their proposals via email by the specified deadline, with all submissions needing to comply with the requirements outlined in the solicitation, including registration in the System for Award Management (SAM). For further inquiries, potential bidders can contact Terrance J. Bond at terrance.j.bond.civ@army.mil or Angela K. Chaplinski at angela.k.chaplinski.civ@army.mil.
    Phase 1 RFP W912DW-24-R-0028 Design-Build P202 Parachute Survival Training Facility, Joint Base Lewis-McChord, Washington
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Build of the P202 Parachute Survival Training Facility at Joint Base Lewis-McChord, Washington, under Phase 1 of a two-phase project. This procurement aims to construct a facility that will enhance parachute survival training capabilities for military personnel, ensuring they receive the necessary training in a specialized environment. The project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is set aside for small businesses in accordance with FAR 19.5. Interested contractors can reach out to Kyla Couch at kyla.m.couch@usace.army.mil or Susan Newby at susan.f.newby@usace.army.mil for further details, as amendments to the solicitation have already been issued.
    Mud Mountain Dam Lower Cascade Creek Water Control Facility
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to undertake the Mud Mountain Dam Lower Cascade Creek Water Control Facility project in Enumclaw, Washington. The objective of this procurement is to replace an outdated water control structure that failed during a flood event in 2009, necessitating the full demolition of the existing system and the construction of a modern facility designed to improve flood management capabilities and operational reliability. This project is critical for enhancing the hydrological management of Lower Cascade Creek, ensuring compliance with environmental standards, and minimizing disruption to existing operations, with an estimated construction cost between $10 million and $25 million. Interested parties should note that the solicitation is expected to be issued on or about October 17, 2024, with a closing date around December 3, 2024, and can contact Jeannette Patton at jeanette.k.patton@usace.army.mil for further inquiries.