Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 31, 2010 FBO #2990
SOURCES SOUGHT

99 -- Regional Oversight Contract IV (ROC-4), Region 1

Notice Date
1/29/2010
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Bid and Proposal Room, Ariel Rios Building (3802R) 1200 Pennsylvania Avenue, N.W. Washington, DC 20460
 
ZIP Code
20460
 
Solicitation Number
PR-HQ-10-11096
 
Response Due
2/18/2010
 
Archive Date
9/1/2010
 
Point of Contact
DEREK DAVIS, Placement Contracting Officer, Phone: (202)564-1074, E-Mail: davis.derek@epa.gov; MICHAEL P. OTTARIANO, Contract Specialist, Phone: (202) 564-5780, E-Mail: ottariano.michael@epa.gov
 
E-Mail Address
DEREK DAVIS
(davis.derek@epa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is NOT a solicitation announcement. This is a Sources Sought Notice only. The purpose of this sources sought synopsis is for market research purposes to determine if capable, qualified small businesses (including Small Businesses, Service Disabled Veteran-Owned Small Businesses (SDVOSB), Veteran-Owned Small Business (VOSB), Women-Owned Small Business (WOSB), Historically Underutilized Business Zone (HUBZone) businesses, 8(a) firms, Small Disadvantage Business (SDB)) relative to North American Industry Classification System (NAICS) code 541620 - Environmental Consulting Services (size standard of $7,000,000 in gross annual receipts or income as defined in 13 CFR ? 121.104) possess the capability to support EPA?s Regional Oversight Contract requirement. Responses to this sources sought notice shall not constitute responses to any solicitation, which is not currently available. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any government assessments. The Government?s evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). DESCRIPTION The intent of this notice is to request information from small business concerns in their efforts to provide technical support to the U.S. Environmental Protection Agency's (EPA?s) Office of Site Remediation and Restoration (OSRR) for EPA?s remedial oversight and enforcement activities. The EPA is seeking market research into whether capable small business sources are able to provide technical support to EPA in fulfillment of its responsibilities for oversight and enforcement of both CERCLA and RCRA activities at active, closed, or former Federal facilities, including Base Realignment and Closure (BRAC) installations, Formerly Used Defense Sites (FUDS), and Formerly Used Site Remedial Action Program (FUSRAP) sites. To a much lesser extent, any future awarded contract may also be used to provide technical support to EPA non-Federal potentially responsible party (PRP)-lead (i.e., privately-owned) sites. The comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), commonly referred to as ?Superfund,? was enacted in 1980 to provide U.S. Environmental Protection Agency (EPA) with the necessary authorities to respond to releases of hazardous substances that have or might have occurred. CERCLA was amended in 1986 by the Superfund Amendments and Reauthorization Act (SARA), and again in the 1992 by the Community Environmental Response Facilitation Act (CERFA). Additionally, EPA has the responsibility for assuring compliance with and corrective action under the Resource Conservation and Recovery Act (RCRA) and the Federal Facilities Compliance Act (FFCA) at all Federal facilities. RCRA was amended in 1986 by the Hazardous and solid waste Amendments (HSWA). (All references to CERCLA and RCRA in this Statement of Work (SOW) are meant to be inclusive of amendments.) The U.S. government operates thousands of facilities across the country that promote the security and welfare of American Citizens, such as nuclear weapons plants, military bases, and fuel distribution stations. After years of vital service and operation, many of these Federal facilities are contaminated with military munitions, hazardous substances, hazardous waste, radioactive waste, and other toxic substances. To address the challenges posed by contamination at these facilities, the EPA works with the U.S. Department of Defense (DOD), Department of ENERGY (DOE), and other Federal entities to develop solutions to their environmental problems. The mission of EPA?s Federal facilities program is to facilitate faster, more effective, and less costly cleanup and reuse of these properties. This is accomplished through numerous national and regional agreements governing the cleanup of Federal facilities, such as Interagency Agreements (IAGs), Federal facility Agreements (FFAs), settlement documents, and Memorandums of Understanding (MOUs), as well as applicable Federal, state, and local laws, regulations, guidance, and policies. ESTIMATED LEVEL OF EFFORT (LOE)The Government anticipates awarding an Indefinite Delivery Indefinite Quantity (IDIQ) contract with a 5 year base period, and two (2), one (1) year award terms for a total maximum period of performance of 7 years. The estimated level of effort for this requirement, in professional labor hours, is as follows:? 38,931 LOE hours for the base period.? 11,524 LOE hours for the two (2), one (1) year award terms. ? Maximum potential LOE for all years is 50,455 hours with a maximum potential period of performance of 7 years. CAPABILITY STATEMENT: To help determine if this potential requirement may be set-aside for small business concerns, the government is seeking input from the small business community regarding their interest and capability in performing the tasks reflected in the draft SOW. The Government requests demonstration of capability by interested parties through submittal of capability statements. The government will evaluate the qualifications of interested parties based on their responses regarding capability of performing the draft SOW. All capability statements must: 1. Not exceed and will be restricted to ten (10) single-sided pages in length.2. Be electronically submitted to the email address below by the stated deadline.3. Include small business classification(s): (Small Business, 8(a), HUBZone, SDB,SDVOSB, WOSB, VOSB, etc.)4. Address technical competencies and management/personnel experience relative to: (a) the key task areas in the draft SOW; (b) the overall business demands of the proposedacquisition for the best mix of cost, performance, and schedules; and (c) demonstrate significant technical and regulatory experience in the following technical areas related to the SOW:? Human health and ecological risk assessments? Groundwater investigation and restoration? Remedial design and construction engineering? Geophysical experience on munition sites? Hydrogeological expertise5. List references as well as demonstrate experience in conducting projects of similar size,scope, and complexity in the past 5 years.6. State the (a) average number of employees of the concern; (b) average annual receiptsbased on the last 3 fiscal years; (c) other current business commitments (i.e., contracts,etc.); and (d) a description of the concern?s accounting system for estimating andaccumulating costs under cost-reimbursement contracts, and whether or not thosesystem(s) have been audited and/or approved by any Government agency.7. Demonstrate the management capability, corporate structure, and financial capability tomeet the needs of the anticipated level of effort and scope of this requirement. Note thatany resulting solicitation under set-aside procedures will include FAR 52.219-14Limitation on Subcontracting. The Government intends to consider all comments and the responsive capability statements when developing its final acquisition strategy and resulting RFP(s). The synopsis, amendments and other information related to this sources sought as well as any subsequent procurement notifications will be posted on FedBizOpps and EPA's website, at:http://www.epa.gov/oam/srpod/index.htm., under the "Region 1, Regional Oversight Contract" link. All interested parties should check these sites frequently for updates. All information related to this procurement will be available at this link through the date of any award. CONTACT INFORMATIONPlease submit all Capability Statements by 4:00 P.M. EST on February 18, 2010 via email to: Derek Davis, Contracting Officer at Davis.Derek@epa.gov NO FAXES, MAIL OR PHONE CALLS WILL BE ACCEPTED
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/HQ/PR-HQ-10-11096/listing.html)
 
Record
SN02053486-W 20100131/100129235822-6584ccc4a226ad1d1529d03076e5400a (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.