Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2010 FBO #3170
SOURCES SOUGHT

R -- R4 Follow On Regional Oversight Contract (ROC)

Notice Date
7/28/2010
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
Region 4US Environmental Protection AgencyAtlanta Federal Center61 Forsyth Street, SWAtlantaGA30303-3104
 
ZIP Code
30303-3104
 
Solicitation Number
PR-R4-10-00001
 
Response Due
9/2/2010
 
Archive Date
10/2/2010
 
Point of Contact
Janice Spady spady.janice@epa.gov
 
E-Mail Address
Janice Spady, Contracting Specialist for Region IV
(spady.janice@epa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE FOR MARKET RESEARCH PURPOSES ONLY to determine the availability of potential small business firms for a possible small business category type set-aside. The U.S. Environmental Protection Agency (EPA) Region 4 office, Atlanta, GA is conducting a sources sought for informational purposes only, to determine whether small socioeconomic business capabilities exist to support this requirement. This requirement is for the follow-on Regional Oversight Contract (ROC) in Region 4. The region office encompasses the following states: Alabama, Florida, Georgia, Kentucky, Mississippi, North Carolina, South Carolina and Tennessee. THIS NOTICE IS NOT A REQUEST FOR PROPOSALS. No solicitation is available at this time; therefore, DO NOT request a copy of a solicitation. This notice is applicable to North American Industry Classification System (NAICS) code 562910, Environmental Remediation Services, with a small business size standard of 500 employees. A draft of the Performance Work Statement (PWS) will be posted on the SRRPOD website: http://www.epa.gov/oam/srpod/index.htm#solam. Particularly, the purpose of this notice is to gain knowledge of potential small business sources in the following categories: Certified 8(a) and Certified HUBZone. If it is determined that there are not enough firms in the category of certified 8 (a) and HUBZone to ensure adequate competition, this procurement will be set-aside for small business classification(s): (Small Business, 8(a), HUBZone, SDB, SDVOSB, WOSB, VOSB, etc.). The capabilities will be evaluated solely for the purpose of determining if the small business community can perform the services of this requirement. The Government must ensure there is adequate competition among the potential pool of available contractors. Note that any resulting solicitation under set-aside procedures will include FAR 52.219-14 Limitation on Subcontracting. The mission of the ROC will provide technical support to EPA in fulfillment of its responsibilities for oversight and enforcement of both Comprehensive Environmental Response, Compensation and Liability Act (CERCLA) and Resource Conservation and Recovery Act (RCRA) activities at Federal facilities (e.g., Department of Defense and Department of Energy sites) and former Federal facilities, including formerly used defense sites (FUDS) and Formerly Used Site Remedial Action Program (FUSRAP) sites. To a much lesser extent, the ROCs may also be used to provide similar technical support to EPA at non-Federal potentially responsible party (PRP)-lead sites. The major tasks include: technical review of documents, meeting support, field activities, data review and other technical support, such as CERCLA site assessment support, remedial investigation/feasibility study (RIFS) support and Post-Record of Decision (ROD) activities. Responses to the following questions will be used to determine a firm?s capabilities to provide the above mentioned services: 1.Describe your CERCLA experience in providing technical oversight and hazardous waste and mixed waste (e.g. radiological/hazardous waste) cleanup activities at Federal Facilities. Please provide three concrete examples from current or past contracts to demonstrate this experience. 2.Describe your experience with full or partial National Priorities List (NPL) site deletion activities at Department of Defense (DOD) and Department of Energy (DOE) Sites? 3.What experience do you have in the use of Geographic Information Systems (GIS) software and 3D contaminant ? modeling software on projects? For each of these activities, please provide three specific examples from current or past contracts to demonstrate this experience. 4.Describe the (i) the areas of expertise that your firm can provide in hazardous, radiological, and munitions characterization and cleanup, (ii) the firm?s usual geographic area of work, and (iii) the number of relevant technical personnel available in the EPA Region 4 area. 5.Describe your experience with the conduct or oversight of geophysical work and cleanup ordnance and explosive sites. Please provide three specific examples from your current or past contracts Interested parties shall provide all of the following information: 1) Business name, address, telephone number and business site, socioeconomic category for NAICS code 562910, average number of employees of the concern, average annual receipts based on the last 3 fiscal years and a description of the concern?s accounting system for estimating and accumulating costs -- and whether or not those system(s) have been audited and/or approved by any Government agency; 2) Response to the above 5 questions and a concise capabilities list showing that your firm is qualified to perform the above mentioned tasks. The responses and capabilities list shall not exceed five (5) double-sided pages; 3) a list of current and past contracts with similar requirements not to exceed 1 page. Firms shall ensure responses are documented to the extent the Government can determine the firms qualifications to perform this requirement. This sources sought does not constitute a commitment by the Government. The Government does not intend to award a contract based on this source sought announcement or otherwise pay for any information or inquiry. Responses to the questions shall be submitted electronically to Janice Spady, Contracting Specialist by 2:00p.m., Eastern Time on September 2, 2010 at spady.janice@epa.gov. The response date for all submission is 09/02/10. Responses will be accepted by email or hard copies. Any questions to this announcement shall be submitted in writing to the primary contact. The electronic submission shall be 12 font (pitch) written in English. In the event that electronic submission is not possible, responses can be forwarded in hard copy to the following address: U.S. Environmental Protection Agency (EPA), Sam Nunn Atlanta Federa l Center, 61 Forsyth Street, S.W. Atlanta, GA 30303, ATTN: Janice L. Spady no later than September 2, 2010 by 2:00p.m., Eastern Time. No phone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/RegIV/PR-R4-10-00001/listing.html)
 
Record
SN02221135-W 20100730/100728235830-a605591db07a56cc2771a167d42217d1 (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.