United States - IDIQ MATOC for Environmental Services in support of the Integrated Training Area Management (ITAM) program for the 7th Army Training Command (7ATC) Sustainable Range Program (SRP) in DE, ITA, BG, PL, BE, ROU, SK, LT, LV, EE, UA and SI for USAG

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
27 June 2019
Opportunity publication date
17 June 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Jun 13, 2019 10:35 am

Integrated Training Area Management (ITAM) Program Support

PURPOSE OF THIS ANNOUNCEMENT:
This is a market survey for information and planning purposes. The US Government intends to solicit and acquire services as described within this announcement. The purpose of this announcement is to help determine the interest and capability of potential contractors to perform these services. The US Government intends to use information obtained in response to this announcement to make important acquisition planning decisions including but not limited to:

- Contract type
- Number of contracts
- Scope, magnitude, and geographical coverage of resulting contracts (Technical and Geography)
This is not a Request for Proposal (RFP) and is not to be construed as a commitment by the US Government, implied or otherwise, to issue a solicitation or award a contract.
INFORMATION ABOUT THE SERVICES TO BE PROCURED:
The intent of this solicitation is to acquire general technical and administrative program support at multiple US military sites throughout Europe over the next five years in support of the US Army's Integrated Training Area Management program. The Contractor shall furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to accomplish tasks including but not limited to:
- Integrated Training Area Management (ITAM) Support
- Training Requirements Integration (TRI) Support
- Range and Training Land Assessment (RTLA) Support
- Land Rehabilitation and Maintenance (LRAM) Support
- Sustainable Range Awareness (SRA) Support
- Related Geographic Information System (GIS) Services
- Aerial Photography and Remote Sensing Services
- Related Natural Resources Management Services
Within each of these general work efforts, the Contractor may be asked to conduct appropriate field surveys, field sampling, investigations, site visits, interviews, and literature searches; execute suitable studies; prepare satisfactory reports, prepare plans and specifications, perform on-going site monitoring, and provide on-site support to assist in performing SRP related tasks; or produce pamphlets, maps and brief educational document, coordinate workshop and meeting and providing general logistical support.
The most pertinent NAICS code associated with this work is primarily 541620 (Environmental Consulting Services).
PLACES OF PERFORMANCE / LIST OF SITES:
These services are primarily anticipated to be needed on U.S Army installations and training areas throughout Europe. The project sites are located primarily in Germany, but work could also be conducted in Italy, Bulgaria, Belgium, Romania, Estonia, Latvia, Lithuania, Poland, Ukraine and Slovenia.
PLANNED SOLICITATION INFORMATION:
One or more pre-solicitation announcements will follow this market survey, and the solicitation announcement(s) will follow no sooner than 15 days later. Currently it is estimated that the formal solicitation could occur anytime before 19 July 2019. It is not known at this time how many solicitations will be issued for these services.
PLANNED CONTRACT INFORMATION:
The US Government forecasts the need for multiple projects for the services described above and at the various locations listed above. As a result, the Government intends to issue one or more Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for these services. Any resulting contracts will likely be Firm Fixed Price (FFP) in nature. It is not known at this time how many contracts will be issued for these services.
REQUIREMENTS TO RESPOND TO THIS SOURCES SOUGHT
Prospective Offerors are encouraged to respond to this announcement in order to express interest performing these services and describe their capabilities. At a minimum, responses should include:
(1) Company name to include physical and mailing address,
(2) Point of contact information including phone and email.
(3) CAGE Code and DUNS number and/or a copy of your entity record on the System for Award Management (SAM, www.sam.gov). NOTE: Companies MUST be SAM registered to be eligible for award of any contracts for these services. See special SAM notice below.
(4) A completed questionnaire (provided as a MS Excel file attachment to this announcement).
(5) Statement of Capability (SOC) stating your firm's skills, experience, and knowledge required to perform the specified type of work. This should include documentation of past experience and competence in performing similar services. The SOC should be no more than six (6) pages in length and should identify the following:
a. details to support the information in the completed questionnaire
b. the nature of the services performed (prior or currently) (including a brief description)
c. name of the client for which the services were performed,
d. dates the services were performed
e. specific locations at which the services were performed (city/country)
f. project magnitudes and/or contract values
NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THESE PROJECTS WHEN FORMALLY ADVERTISED FOR SOLICITATION, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT ANNOUNCEMENT.
HOW TO SUBMIT RESPONSES
Interested parties may submit responses via electronic upload on this FBO announcement page, or may also be submitted via email to MSG Natasha McKellum, Contract Specialist, at natasha.s.mckellum@usace.army.mil. If submitting over email, to ensure your submission is received and processed appropriately, please utilize the following verbiage for the subject of your email "SS RESPONSE: W912GB-19-S-XXXX FIRM NAME HERE"
DEADLINE FOR RESPONSES:
Responses will be actively accepted for approximately two weeks following the posting of this announcement and important acquisition planning decisions will be made shortly thereafter. Responses will no longer be taken via electronic upload on this FBO announcement page after the date posted. Late responses may be submitted for consideration via email, however interested parties are advised that acquisition planning decisions will be approved as soon as possible after the stated deadline, and as such the US Government reserves the right to disregard late responses.
SPECIAL NOTICE, SYSTEM FOR AWARD MANAGEMENT (SAM, www.sam.gov):
In order to eligible for the contract award(s) resulting from any solicitation(s) that follow this announcement, Offerors are advised to take immediate action to ensure their SAM entity registration is current and/or will be current before any proposal deadlines. Any solicitation(s) following this announcement will include the provision FAR 52.204-7 SAM or FAR 52.212-1 Instructions to Offerors--Commercial Items, and the resulting award(s) will include the clause FAR 52.204-13 SAM Maintenance or 52.212-4 Contract Terms and Conditions--Commercial Items. These provisions/clauses require all contractors to register and maintain an active SAM entity registration in order to be eligible for contract awards, as prescribed by the regulation at FAR Subpart 4.11. Please take notice that the SAM has a new entity registration requirement that firms submit an "original, signed notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number before the registration will be activated." This applies to all new entity registrations and all entity registration renewals, effective 29 April 2018. Further information behind this new requirement is posted to the General Services Administration's (GSA) announcement page at https://www.gsa.gov/samupdate. Please also refer to Federal Service Desk's (FSD) instructions on how to comply with this new requirement. NOTE: the instructions are different for domestic (U.S. based) and international (not U.S. based) firms. Instructions for domestic entities (located in the U.S. or its outlying areas): https://fsd.gov/fsd-gov/answer.do?sysparm_kbid=d2e67885db0d5f00b3257d321f96194b&sysparm_search=kb0013183. Instructions for international entities (not located in the U.S. or its outlying areas): https://www.fsd.gov/fsd-gov/answer.do?sysparm_kbid=dbf8053adb119344d71272131f961946&sysparm_search=KB0013221

Opportunity closing date
27 June 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Army USACE District, Europe United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?