Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 04, 2022 SAM #7370
SOLICITATION NOTICE

R -- R--Scientific and Technical Support for the Engineering and Analysis Division

Notice Date
2/2/2022 8:44:20 AM
 
Notice Type
Presolicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
CINCINNATI ACQUISITION DIV (CAD) CINCINNATI OH 45268 USA
 
ZIP Code
45268
 
Solicitation Number
68HERC21R0178
 
Response Due
2/16/2022 1:00:00 PM
 
Archive Date
10/04/2022
 
Point of Contact
Stargardt-Licis, Sandra, Phone: 513-487-2006
 
E-Mail Address
licis.sandy@epa.gov
(licis.sandy@epa.gov)
 
Description
THIS IS A SYNOPSIS. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO TELEPHONE CALLS REQUESTING A SOLICITATION WILL BE ACCEPTED OR ACKNOWLEDGED. The United States Environmental Protection Agency has a need for a contractor to provide sampling and analytical services to the EPA for its consideration in the development, assessment and revision of effluent limitation guidelines and standards that are under the Clean Water Act. The purpose of this requirement is to establish an on-going contracting mechanism in Engineering and Analysis Division (EAD) of the EPA to satisfy specific and evolving programmatic support needs of a technical and scientific nature, including sampling study design, sampling, sample analysis, and related support; sampling and analytical data review and/or analysis; sampling and analytical database management; method revision or development; method evaluation and validation; laboratory and sampling audits; quality assurance/quality control QA/QC support; statistical support; technical document and review support; outreach materials support; and meeting support. Although this contract will emphasize these requirements as related to EPA�s EAD, it will be available for use by other divisions in OST and by other offices within EPA, subject to capacity of the contract, scope of the contract�s PWS, and permission of use granted from the EAD. The contractor shall provide technical, analytical, logistical, and information technology support to the EPA in its efforts concerning the measurement and control of water, wastewater, biosolids and related matrix constituents (e.g., fish tissue and microbial contamination as indicators of water quality). Specific requirements of the tasks will be identified in task orders coordinated and managed by the EPA Contract Level Contract Officer Representative (CLCOR) and issued by the EPA Contractor Officer (CO). The services to be performed under this contract include but are not limited to: (a) Assessment and development of revised or new industrial Effluent Limitations Guidelines Effluent Limitation Guidelines (ELGs); (b) Development, review, or validation of new or revised methods to characterize environmental processes and conditions. Examples include chemical, radio-chemical, microbial, and whole effluent toxicity (WET) analytical methods and evolving techniques (e.g., continuous monitoring devices and remote sensing); (c) Sampling � related activities for a variety of sample types. This may include planning, actual sampling, and/or coordination of sample distribution to laboratories (including sample shipment tracking) and analysis of samples collected by teams other than the contractor; (d) Sample analysis of field samples. This may include identifying and subcontracting for the services of an appropriate laboratory; sample analysis, review of such analyses, and database development and/or maintenance; (e) Development, implementation, and audits of quality assurance/quality control procedures and related training materials; (f) Development and management of databases for effluent guidelines and other environmental programs; (g) Technical support for regulations, enforcement, litigation, and cooperative monitoring efforts; (h) Technical support in implementing and streamlining OW�s test methods approval program (CWA) alternate test procedures (ATP); SDWA ATP); (i) Statistical support; (j) Technical support for developing responses to questions about approved and modified methods, including development of call log of questions asked and answered; (k) Technical document development and review (l) Training, outreach, peer review, and logistical support; (m) Meeting and professional facilitation support. Potential organizations must possess: -Technical and analytical support experience related to analytical methods and sampling -Experience with analysis, data review, and data handling of water and water-related samples, such as wastewater, biosolids, drinking water, microorganisms, and fish tissue -Technical expertise in the fields of analytical chemistry, microbiology, methods of analysis for water-related matrices, sludge and sediments, analytical laboratory quality control, automated management information systems, and field sampling. -Experience in the development, assessment and revision of industrial effluent limitation guidelines and standards; -Experience in the development of single and multi-laboratory validation of analytical methods; -Experience in the development, implementation and audits of quality assurance/quality control procedures -Experience in the development and management of databases for effluent guidelines and/or other environmental programs This is a follow-on to current contract EP-C-17-024. The successful contractor shall supply all necessary labor, materials, services, equipment, and facilities in support of the efforts delineated by the Performance Work Statement (PWS). It is anticipated that a contract that should result from a solicitation will be a Single Award, indefinite delivery/indefinite quantity (ID/IQ) contract with both Firm Fixed Price (FFP) and Cost-Plus-Fixed-Fee (CPFF) task orders with an ordering period of 5 years. The solicitation will be issued on a full and open competition basis. The majority of the task orders are anticipated to be cost plus fixed fee. The applicable NAICS code is 541620 with a size standard of $16.5 million in average annual receipts. The total level of effort of approximately 135,000 hours is anticipated over the five-year period of the contract. Any interested party should anticipate a CPFF proposal with any resultant solicitation. Please note that an approved accounting system is a requirement to receive a CPFF type of contract. Based on the nature of the performance work statement requirements, it is anticipated that offerors with the expertise to perform these requirements could also have relationships (e.g., a parent/subsidiary/sister company affiliation, or an existing contractual relationship) which present the potential for significant organizational conflicts of interest. It is EPA�s contention that a potential organizational COI may exist if award were to be made to firms within the following groups or to firms that have significant business or financial relationships with these firms: � Metal Finishing � Electrical and Electronic Components Manufacturing � Municipal Waste Water Treatment/Publicly Owned Treatment Works (POTW) � Steam Electric Power Generation � Meat and Poultry Processing � Landfills � Textile Manufacturing � PFAS (Per-and Polyfluoroalkyl substances) manufacturing and formulation and use It is contemplated that work affecting these industries shall be performed under the resulting contract. Therefore, if award were made to any of the entities and/or individuals listed above or to entities that have significant business or financial relationships with them, a conflicting role may exist. Such conflicting roles may make it difficult for the entity and/or individual to render impartial or unbiased support because it or its clients may be directly impacted by work performed under the contract related to the: Clean Water Act (CWA), Safe Drinking Water Act (SDWA), the Clean Air Act (CAA), the Resource Recovery and Conservation Act (RCRA), Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA), Federal Insecticide, Fungicide, and Rodenticide Act (FIFRA), and other relevant EPA statutes and executive orders. It is anticipated that the following firms will be excluded from consideration for award: -Firms that own or operate an analytical laboratory -Firms that act in consulting, advisory, or legal capacities with, or for, firms trying to overturn or circumvent regulations on Part 136 Analytical Methods, effluent guidelines and wastewater. It is anticipated that a solicitation will be released no later than March 4, 2022.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f72a1e74916c42eaba48a5c1e46b2b47/view)
 
Record
SN06231173-F 20220204/220202230059 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.