Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 20, 2010 FBO #3010
SOLICITATION NOTICE

R -- Greenhouse Gas Reduction Assistance Services

Notice Date
2/18/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Center for Innovative Acquisition Development (QSAB), 2200 Crystal Drive Rm 706, Arlington, Virginia, 22202, United States
 
ZIP Code
22202
 
Solicitation Number
XW001-XW997
 
Archive Date
3/16/2010
 
Point of Contact
Adam F Jones, Phone: 703-605-2798, Maleka Greene, Phone: 703-605-9452
 
E-Mail Address
adam.jones@gsa.gov, maleka.greene@gsa.gov
(adam.jones@gsa.gov, maleka.greene@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. Solicitation number #XW001-XW997 is issued as a Request for Quotes (RFQ). As a result of this solicitation, GSA anticipates award of a fixed-price purchase order for all but elements 5 and 8 of the statement of work below. These tasks will likely be awarded on a time-and-materials basis. This acquisition is a total set-aside for small businesses. The applicable NAICS code is 541620 Environmental Consulting Services and the applicable size standard is $7 million. Executive Order (EO) 13514 requires every agency to develop greenhouse gas (GHG) reduction targets for both their direct (Scope 1) and indirect (Scope 2 and 3) emissions. Partnering with DOE and EPA, GSA intends to lead the Federal Government’s development of training and assessment teams that will assist the agencies in establishing GHG reduction targets and establishing implementation plans. These teams will act as “force multipliers” across GSA, EPA, OPM, Treasury, DOE, and will become key enablers in our compliance with the Executive Order. Since this task order will require emissions expertise in a number of specialized areas (buildings, transportation, other resource flows), GSA encourages the use of subcontractors, as necessary, in order to provide the best technical solution possible. Any subcontracting performed under this task order must be performed within the limits of clause 52.219-14 Limitations on Subcontracting. Statement of Work: GSA requires a Contractor to facilitate this effort by performing the following tasks (completion deadlines in parentheses): 1. Demonstrate thorough knowledge of Scopes 1, 2, and 3 emissions, and EISA 07/EO 13514 by providing a summary report of these GHG requirements and a proposed agenda for meeting with agency personnel. (6 April 2010) 2. Meet with stakeholders and subject matter experts from OPM, Treasury, EPA, GSA and possibly DOE for an initial assessment. GSA will provide basic data on each agency (gross square footage, number of people, number of facilities, number of locations, size and makeup of any fleet assets, budget number and any breakdown that might be required for analysis – to be provided later). (8-21 April 2010) 3. During the assessment, identify each of the above-listed agency’s challenges and opportunities as they pertain to GHG reduction targets and implementation plans. Submit this summary in a report and along with a proposed agenda for the 2-3 day workshop (see element 5 below). (22 April 2010) 4. Provide GSA with the list of proposed attendees and dates for the workshop for approval. (23 April 2010) 5. Conduct a 2-or 3-day GHG Reduction Workshop to educate 30-50 personnel from the above-listed agencies. The Workshop shall consist of a series of presentations on best practices and advanced techniques for reducing GHG emissions. The remaining time shall consist of working groups that mix agency personnel to devise innovative solutions to setting and meeting GHG emission reduction targets. (approx. 28 April 2010) 6. Using data and feedback collected during the agency visits and the workshop, assess the high-level costs and potential reductions from a broad spectrum of possible actions. Develop an integrated GHG reduction approach that strategically addresses all scopes of emissions. Present this approach in report format and/or software (if applicable) to each pilot agency - GSA, EPA, OPM, and Treasury. Also, the Contractor shall provide an executive summary report on significant findings, recommendations and opportunities for synergies across all agencies to the Director of the Office of Federal High-Performance Green Buildings at GSA. (11 May 2010) 7. Provide an education plan to GSA for use in teaching GSA and other agency personnel how to: assess the challenges and opportunities within their organization, develop reasonable GHG reduction goals for their organizations, and design implementation plans to achieve the stated reduction targets. Other elements may be included in the education plan as applicable. (18 May 2010) 8. Provide ongoing consultation services (locations, timing, and duration to be determined) to OPM, Treasury, EPA, GSA, and possibly DOE, on the integrated approach, including iterative LCA and packaging of opportunities, to optimize GHG emission reductions. Suggest a suite of measures and timing for the agencies that will set the priorities for those agencies to meet their reduction targets. (beginning 18 May 2010 and ending no later than 30 September 2010) Submission Instructions: Provision 52.212-1, Instructions to Offerors—Commercial, applies to this acquisition. The instructions below also apply to potential offerors. In order to be considered for award, Contractors shall submit a complete quote, consisting of the following information: • a completed copy of the provision at 52.212-3, Offeror Representations and Certifications—Commercial Items • identification of any proposed subcontractors and a summary of their capability/expertise, if applicable (limit 2 pages) • description of technical approach outlining the Contractor’s plan and ability to fulfill each of the Government’s requirements as stated in the statement of work, including a description of how any proposed subcontractors will be utilized (limit 4 pages) • previous experience narrative that demonstrates successful performance by the prime contractor of at least 3 projects similar in size and scope to the Government’s current requirements (limit 2 pages) • Resumes of key personnel (any individual likely to play a substantial role in performance of the resultant purchase order) • Price submission consisting of the following three sections: 1. fixed price quote for element numbers 1, 2, 3, 4, 6, and 7 of the statement of work; 2. a cost estimate for element number 5 of the statement of work; for the purposes of this estimate, assume the length of the workshop will be three days and the Government will provide the facilities in the Washington, DC metro area (the Contractor and Government will mutually agree upon the length of the workshop after the Contractor has begun performance); and 3.The offeror shall submit the anticipated labor category mix, labor category descriptions, hourly rates, and any other costs anticipated under element 8 of the statement of work. The offeror must specify fixed hourly rates in its offer that include wages, overhead, general and administrative expenses, and profit. The offeror must specify whether the fixed hourly rate for each labor category applies to labor performed by the offeror; subcontractors; and/or divisions, subsidiaries, or affiliates of the offeror under a common control. All quotes shall be received by the Contracting Officer no later than 5 pm ET on Monday, March 1, 2010. GSA will not consider quotes received after this deadline. Quotes shall be submitted via email to the Contracting Officer at adam.jones@gsa.gov. Contractors shall label the email subject heading as “RFQ #XW001-XW997 response”. The point of contact for information regarding the solicitation is Adam Jones. Contractors shall electronically send any questions regarding this procurement to adam.jones@gsa.gov with the subject line “RFQ #XW001-XW997 question”, no later than 5 pm ET on Monday, February 22, 2010. All answers will be provided in writing via posting to FedBizopps.gov. Evaluation: GSA will evaluate quotes and make a best value determination based on price and non-price factors. GSA will evaluate each quote based on the factors below. • Technical Capability • Past Performance • Price Applicable Clauses: The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions—Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items, Restrictions on Subcontractor Sales to the Government (Alternate I), 52.219-8 Utilization of Small Business Concerns, 52.219-28 Post Award Small Business Program Rerepresentation, 52.222-3 Convict Labor, 52.222-19, Child Labor—Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer—Central Contractor Registration, 52.219-8 Utilization of Small Business Concerns, 52.222-26 Equal Opportunity, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-50 Combating Trafficking in Persons, 52.219-6 Notice of Total Small Business Set-Aside, 52.219-14 Limitations on Subcontracting, 552.212-71 Contract Terms and Conditions Applicable to GSA Acquisition of Commercial Items, 552.203-71 Restrictions on Advertising, 552.237-71 Qualifications of Employees Other than the language in this RFQ, no additional addenda apply.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d0a9d6c5832f7bc750ce228298e8b44e)
 
Place of Performance
Address: Contractor site and Washington, DC metro area, United States
 
Record
SN02069167-W 20100220/100218235719-d0a9d6c5832f7bc750ce228298e8b44e (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.