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