Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 29, 2017 FBO #5789
SOURCES SOUGHT

B -- Economic, Environmental, and Regulatory Analytical and Evaluation Support.

Notice Date
9/27/2017
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
CPOD US Environmental Protection Agency 26 West Martin Luther King Drive Mail Code: NWD Cincinnati OH 45268 USA
 
ZIP Code
00000
 
Solicitation Number
SOL-CI-17-00102
 
Response Due
10/13/2017
 
Archive Date
4/13/2018
 
Point of Contact
Mills, Noelle
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT SYNOPSIS FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. The United States Environmental Protection Agency (EPA) is performing market search for large and small businesses in preparation for a future procurement. The EPA has a need for support to the Office of Water (OW), Office of Science and Technology (OST), Engineering and Analysis Division (EAD), as well as the Office of Ground Water and Drinking Water (OGWDW), Office of Wetlands, Oceans and Watersheds (OWOW), and Office of Waste Water Management (OWM) in the following: 1) Economic and environmental assessment analysis related to the development of effluent guidelines and other regulations under the Clean Water Act (CWA); and 2) Economic and human health risk assessment under the Safe Drinking Water Act (SDWA). To be considered a potential source, a firm must demonstrate it is able to provide the necessary personnel and services to support the effort delineated by the draft Performance Work Statement (PWS). Important components of the activities to be performed to support OW ¿s objectives are the capability to provide technical support to assist OW in a wide range of economic and environmental analyses to meet statutory and Executive Order (EO) requirements. In addition to implementing the CWA, SDWA and other environmental and administrative statutes and regulations, OW conducts, and requires support for, broad-based projects that use environmental assessments; human health risk assessments; cost-benefit analyses, both retrospective and prospective; comparative economic analyses; regulatory flexibility analyses; information collection such as survey research and related analyses; and regulatory analyses. Economics-related analyses may include costing analyses; financial analyses; regulatory impact analyses; cost of illness and willingness to pay for reductions in morbidity and mortality; use and non-use benefits analyses; stated preference surveys; and economic components of environmental justice analyses and other distributional analyses, including the cost of regulations. Environmental analyses may include surface and ground water-related human health impact analyses, aquatic ecosystem impact analyses, environmental modeling of fate and effects of pollutants discharged to surface and ground water, human health risk assessments of contaminants that may affect the quality of public drinking water, geographic information system analyses of pollutant transport and impacts to human health and aquatic ecosystems, development and use of Toxic Weighting Factors (TWFs) and alternative approaches, and environmental assessment components of environmental justice analyses and other distributional analyses. A draft PWS is attached. It is anticipated that the contract will be a single award IDIQ contract with a five-year ordering period with one additional year for task completion. The anticipated contract will also include an option to extend services for up to six months. The government is still considering which task order type(s) will be utilized, and is contemplating firm fixed price, cost plus fixed-fee and time and materials task orders. The total level of effort of approximately 252,500 hours is anticipated over the five-year period of the contract. The applicable NAICS code is 541620 with a size standard of $15 million. The contractor must be capable of performing these required services in an unbiased and objective manner. Because of the nature of the PWS requirements, the EPA contends that significant COI would exist if the award were made to entities with business or financial relationships within the following groups: -Entities that discharge processed wastewater. -Entities that provide treatment of wastewater and/or drinking water. -Entities that manufacture or sell water treatment equipment and/or water treatment chemicals. Interested parties with the capability of providing the services described in the draft PWS are invited to submit a ten (10) page document, in writing, sufficient to clearly demonstrates their ability to provide the services described in the draft PWS, including personnel, experience and qualifications. A description of similar services previously or currently provided shall be provided. The information should include: size status for the above referenced NAICS code, (i.e. large, small); whether the firm is a certified Hubzone, 8(a), women-owned, small disadvantaged and/or service disabled veteran-owned small business concern; point of contact; telephone number; email address, and interest in proposing on the solicitation when issued. Additionally, interested parties should include a discussion of the capability of the firm ¿s accounting system to implement a cost accounting system required of a cost-type contract in the event the government elects to utilized cost plus fixed-fee task orders. Previous experience with cost-type government contracts should be discussed. Standard company brochures will not be considered a sufficient response to this Sources Sought Synopsis. The EPA reserves the right to set this action aside for small businesses if it determines that there are two or more small businesses able to compete in terms of market prices, quality, and delivery. If set aside, a small business would be required to comply with FAR 52.219-14. Capabilities Statements in response to this Sources Sought Synopsis MUST BE SUBMITTED THROUGH THE FEDCONNECT PORTAL MESSAGE CENTER by 4:00 p.m. EST, on October 13, 2017. Any questions regarding the content of this Sources Sought Synopsis announcement must be submitted through the FedConnect portal. You must register with FedConnect to submit documents, questions, and to view responses. FedConnect can be accessed at https://www.fedconnect.net/Fedconnect/. FedConnect is a web portal that connects agencies and vendors to streamline the process of doing business with the federal government. Through FedConnect contractors will be able to receive, review and respond to contract pre- and post-award actions and documents such as correspondence, request for proposals, tasking instruments and contract modifications. The use of FedConnect also furthers the EPA's commitment to moving towards a paperless acquisition environment by reducing its carbon footprint and conducting its business in an ecologically friendly manner. There is no charge to use FedConnect. Vendors can register with FedConnect at www.fedconnect.net/FedConnect/. For assistance in registering or for other FedConnect technical questions please call the FedConnect Help Desk at (800) 899-6665 or email at support@fedconnect.net. In addition, all vendors must be registered in the System for Award Management (SAM), as this facilitates registration for FedConnect. Please note that vendors MUST have their SAM profile set to ¿public, ¿" otherwise FedConnect will not be able to access the SAM information required to validate vendor credentials. Registration may be completed and information regarding the registration process may be obtained at http://www.sam.gov. There is no charge for registration in SAM. A separate synopsis will be issued for any Request for Proposal (RFP) resulting from this Sources Sought Synopsis. Any resulting contract(s) from the RFP would be a follow-on to contract EP-C-13-039 with Abt Associates Inc.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/OH/SOL-CI-17-00102/listing.html)
 
Record
SN04697428-W 20170929/170927232559-dc0043e1e3d8518faa315fa01aca87c3 (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.