Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 16,1998 PSA#2013

U.S. Environmental Protection Agency, RCPB Superfund Procurement (3805R), 401 M St. SW, Washington, DC 20460-0001

R -- REGIONAL OVERSIGHT CONTRACT, REGION 9 SOL PR-HQ-97-11697 DUE 030298 POC Tim Farrell, contract specialist at (202) 564-4474 WEB: Environmental Protection Agency, http://www.epa.gov/oamsrpod/farrell/hq9711697/index.htm. E-MAIL: click here to contact the contract specialist, farrell.tim@epamail.epa.gov. The Environmental Protection Agency (EPA) intends to competitively procure Regional Oversight Contract (ROC) support services for the ROC Zone 5 (U.S.E.P.A. Region 9) National Program for Federal Facilities Enforcement. This is a small business set-aside solicitation. Federal facility oversight is conducted under the Comprehensive Environmental Response, Compensation and Liability Act (CERCLA), commonly referred to as Superfund, and specifically under Section 12O of the Superfund Amendments and Reauthorization Act (SARA) of 1986. Additionally, EPA has the responsibility for assuring compliance with and corrective action under the Resource Conservation and Recovery Act (RCRA) and the Federal Facility Compliance Act (FFCA) at all Federal facilities. This contract will be used to support EPA's oversight and enforcement of both CERCLA and RCRA activities at Federal facilities within the geographical boundaries of EPA Region 9 and includes the following states: California, Arizona, Nevada, Hawaii,Territories of American Samoa,Commonwealth of the Northern Marianas and Guam. The successful offeror will be required to provide support in the following areas: I. Site-Specific Project Management: help plan and monitor response actions at Federal facilities; II. RCRA Compliance Activities: 1) provide technical support to EPA in conducting inspections at Federal facilities, 2) oversee, in concert with EPA, various phases of each RCRA corrective action, and 3) provide technical evaluation of the RCRA compliance status of a facility; III. Site Assessment Support: 1) provide technical review of pre-National Priority List Preliminary Assessments/Site Inspections, 2) prepare, for EPA review, the full Hazardous Ranking System documentation packages, and 3) review revisions and information provided by Federal agencies to EPA's Federal Agency Hazardous Waste Compliance Docket; IV. Oversight of Federal Facility Investigation and Response Activities: 1) help monitor and oversee remedial investigation/feasibility study activities, 2) provide technical review and comment to EPA on detailed design plans and specifications for implementing selected remedies, 3) oversee, in concert with EPA, the management of construction services for remedy implementation, 4) provide review and comment on shop drawings and proposed change orders, and 5) provide technical support to EPA during the oversight of post-construction activities; V. Other Technical Assistance: provide technical support for negotiations, litigation/expert witnesses, community relations, and sampling and analysis. Offerors should be aware that they may be required to obtain security clearances to work on specific Federal facilities. For purposes of this procurement, EPA considers an offeror to have significant potential for conflict of interest if that offeror currently holds a prime contract or subcontract to provide response action contract (RAC) services on a Federal facility anywhere in the U.S. for any Federal agency or department other than EPA. However, due to the significant potential for conflict of interest during contract performance, the team subcontractor will be prohibited from providing ROC services on any Federal facility owned or operated by a Federal agency or department, other than EPA, with which it holds a prime contract or subcontract to provide RAC services. A response action contract is defined as any written contract or agreement to provide any CERCLA removal or remedial action, or to provide any investigation, evaluation, planning, engineering, surveying and mapping, design, construction, or equipment related to such response with respect to any release or threatened release of a hazardous substance or pollutant or contaminant from a facility, or to implement a RCRA corrective action. The contract will have a four-year period of performance. The total estimated level of effort (LOE) for this procurement is 80,240 hours. The anticipated LOE distribution is 16,460 in Year 1, 25,610 LOE in Year 2, 21,160 LOE in Year 3, and 17,010 LOE in Year 4. The anticipated date of award is October 1998. All responsible sources may submit a proposal which shall be considered by the Agency. This is not a request for submission of proposals. A formal Request for Proposals (RFP) will be posted on the EPA Internet Web Page, Doing Business with the EPA' on or about January 23, 1998. Firms interested in receiving the RFP should submit their requests at that time, via Internet E-mail at farrell.tim@epamail.epa.gov, stating such to Timothy Farrell. Or writing to the following address: U.S. EPA (38O5R), Ronald Reagan Building, 1300 Pennsylvania Ave. N.W., Washington, D.C. 2O004, ATTN: Richard D. Medlin, Contracting Officer, RFP #PR-HQ-97-11697. (0014)

Loren Data Corp. http://www.ld.com (SYN# 0077 19980116\R-0012.SOL)


R - Professional, Administrative and Management Support Services Index Page