SOLICITATION NOTICE
R -- Technical Support for Environmental Remediation Project Teams
- Notice Date
- 12/8/2008
- Notice Type
- Presolicitation
- Contracting Office
- Department of Energy, Federal Locations, All DOE Federal Contracting Offices, EM Consolidated Business Center, Office of Contracting, 250 E. 5thStreet, Suite 500, Cincinnati, OH
- ZIP Code
- 00000
- Solicitation Number
- DE-EI30-09CC00078
- Response Due
- 12/19/2008
- Archive Date
- 6/19/2009
- Point of Contact
- Barry Page, Contracting Officer, 513-246-0547,barry.page@emcbc.doe.gov;Sonya Knight, Contract Specialist, 513-246-0056,<br />
- Small Business Set-Aside
- 8a Competitive
- Description
- The Department of Energy (DOE) is currently in the acquisitionplanning stage for the procurement of Subject Matter Experts (SMEs) to provide technical expertise to support project teams working on large procurements that will be run out of DOEs Office of Environmental Management. The procurements that the assistance will be provided for will pertain to environmental remediation and other related activities. This support will include assistance in drafting pre-award documents such as Statements of Work as well as assistance in analyzing proposals that are received in response to Requests for Proposals. The expertise to be provided may include but will not necessarily be limited to the following functional areas: 1.) Chemical Engineer review of chemical processes; analysis of technology opportunities for established chemical processes; defining operating conditions for new and established chemical processes 2.) Civil/Structural Engineer structural analysis of proposed construction; model evaluation 3.) Mechanical Engineer risk analysis; ventilation/Heating, Ventilating and Air Conditioning (HVAC)/airflow analysis; process manuals/startup procedures 4.) Nuclear Engineer risk analysis; hazards analysis 5.) Nuclear Physicist nuclear material storage analysis; risk analysis 6.) Metallurgical/Materials Engineer materials analysis; aging studies 7.) Radiation Physicist/Health Physicist risk analysis; contamination control; As Low As Reasonably Achievable (ALARA) analysis 8.) Mining Engineer seismic studies 9.) Electrical Engineer facility modification analysis; utility system analysis 10.) Transportation options analysis for transporting hazardous and radioactive wastes and materials; rail shipment techniques analysis 11.) Environmental Engineer soil and groundwater remediation option analysis; waste management technologies; groundwater modeling 12.) Geologist/Geophysicist/Geological Engineer soil modeling analysis; groundwater modeling analysis 13.) Project Manager project integration activities 14.) Project Controls Specialist integrated network schedule development; Earned Value Management System (EVMS) analysis 15.) Integrated Safety Management Specialist requirements analysis; readiness reviews 16.) Criticality Engineer nuclear material storage analysis; criticality analysis 17.) Industrial Safety/Industrial Hygiene Engineer process procedures; Industrial Safety/Industrial Hygiene (IS/IH) process analysis 18.) Ecologist land management analysis 19.) Regulatory Compliance/National Environmental Policy Act (NEPA) Specialist regulatory framework analysis 20.) Quality Assurance Specialist quality assurance plans 21.) Safeguards and Security Specialist security plans; safeguards procedure analysis 22.) Demolition Specialist facility demolition planning; hazards planning; explosives safety; safety protocols and facility operations safety analysis The North American Industry Classification System (NAICS) code for these requirements is 541620, Environmental Consulting Services, and the small business size standard is $5 million. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSALS (RFP) AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO AWARD A CONTRACT AT THIS TIME. The purpose of this announcement is to identify small disadvantaged business concerns under the Small Business Administrations 8(a) program with the capabilities to provide technical expertise in some or all of the 22 functional areas listed above. All interested 8(a) companies are hereby invited to submit a capability statement of no more than ten pages to demonstrate their ability to provide expertise in some or all of the 22 functional areas listed above. An 8(a) company may submit a capability statement that includes the expertise of partner companies under a teaming arrangement. However, at least 50% of the total cost of all services provided most be incurred by or for personnel of the 8(a) company pursuant to the Federal Acquisition Regulation (FAR) clause at 52. 219-14 entitled Limitations on Subcontracting (DEC 1996). The Government will evaluate each capability statement based on the demonstrated experience and expertise of the 8(a) firm and its partners, if applicable, in some or all of the 22 functional areas listed above. Capability statements shall be received electronically via DOEs Industry Interactive Procurement System (IIPS) at http://doe-iips.pr.doe.gov no later than 5:00 p.m. Eastern Standard Time on Friday, December 19, 2008. After reviewing the capability statements received in response to this announcement, DOE will select multiple companies to conduct capability interviews with to more fully assess the depth and breadth of each companys experience across the 22 functional areas listed above. The selected companies and their teaming partners, if applicable, will be invited to participate in the capability interview. As a result of the capability interviews, DOE anticipates the award of at least one and possibly up to three Basic Ordering Agreements (BOAs) under the Small Business Administrations 8(a) program. Task orders will subsequently be awarded under each BOA on an as needed basis by the project teams requiring consulting services to assist them with the procurements they are working on. These project teams will be responsible for preparing detailed descriptions of the required assistance and submitting these descriptions to one or more of the companies awarded a BOA. The company or companies would then be responsible for submitting a cost proposal for the work to be performed that would include all of the proposed costs, including travel. Funds will be obligated to each task order and not to the BOA itself. Interested parties are requested to provide the name of a contact person, phone number, address of firm, detailed information demonstrating their understanding of the 22 functional areas identified above as well as their qualifications, capabilities, experience and past performance history for such work. The Government will not pay for any information that is provided in response to this announcement nor will it compensate any respondents for the development of such information. DOE personnel may contact firms responding to this announcement to clarify a responders capabilities and other matters as part of this market research process. All questions pertaining to this announcement shall be submitted and answered electronically through IIPS.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=30f4a8a6e7bb8f257b7e8f3f6dabd083&tab=core&_cview=1)
- Record
- SN01715680-W 20081210/081208220945-30f4a8a6e7bb8f257b7e8f3f6dabd083 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |