MODIFICATION
R -- START III - Service Disabled Veteran Owned Small Business Set-Aside
- Notice Date
- 6/23/2005
- Notice Type
- Modification
- Contracting Office
- Contracts Section, 10th Floor 77 West Jackson Blvd Chicago, IL 60604
- ZIP Code
- 60604
- Solicitation Number
- PR-R5-05-10072
- Point of Contact
- CLAUDEA L. HEISE, Contract Specialist, Phone: 312-353-3187, E-Mail: slagle.rhonda@epa.gov
- E-Mail Address
-
Rhonda L. Slagle
(slagle.rhonda@epa.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned
- Description
- The Environmental Protection Agency (EPA) Region 5 is seeking support for the Superfund Technical Assessment and Response Team (START) class of contracts for the Superfund Division Emergency Response Branch located in EPA's region 5 offices. The purpose of this announcement is to determine the availability of service-disabled veteran-owned small businesses capable of performing the activities included in the statement of work (SOW) for the START III re-competes. EPA is looking for service-disabled veteran-owned small businesses who can perform all of the SOW requirements or portions of the SOW, as applicable for nationally consistent advisory and assistance services to EPA On-Scene Coordinators (OSCs) and other federal officials implementing EPA's responsibilities under the national response system. The contractor shall be prepared to provide scientific/technical support for EPA activities in furtherance of the agency's primary mission: the protection of human health and the environment. The contractor shall fulfill these responsibilities within the region as well as outside the region on a cross regional response, national response, and international response. These responsibilities are described in the statement of work (SOW). If you are interested and would like a copy of the SOW please send an email to: slagle.rhonda@epa.gov or alberts.david@epa.gov. It is anticipated that a contract will be awarded for performance within Region 5 (IL, IN, MI, MN, OH, WI) as well as possible performance outside the region in the following areas: Region 1(CT, ME, MA, NH, RI, VT), Region 2 (NY, NJ, Puerto Rico, US Virgin Islands), Region 3, (DE, DC, MD, PA, VA, WV), Region 4 (AL, FL, GA, KY, MS, NC, SC, TN), Region 6 (AR, LA, NM, OK, TX), Region 7 (IA, KS, MO, NE), Region 8 (CO, MT, ND, SD, UT, WY), Region 9 (AZ, CA, HI, NV, American Samoa, Guam), and Region 10 (AK, ID, OR, WA). The resultant contract is anticipated to be time-and-material type contract, with 48-month base period and three 24-month option periods. The contractor will be reimbursed for other direct costs incurred during performance of the contract. The estimated maximum potential value of the contract is $30 million over the life of the contract. Work will be ordered through the issuance of task orders. The contractor shall provide all personnel, materials, and equipment necessary to perform the SOW tasks. The SOW requirements fall under NAICS code 562910 - Remediation Services. The size standard under this NAICS code is not to exceed 500 employees. For more information on this and other NAICS codes and the Small Business Administrations (SBAs) small business size standards, visit: http://www.census.gov/epcd/www/naics.html and http://www.sba.gov/size/indextableofsize.html. Interested service-disabled veteran-owned small businesses must demonstrate in their qualification statements that they are qualified to perform the SOW under this NAICS code. At a minimum, each service-disabled veteran-owned small business shall provide specific details regarding personnel capabilities; current equipment or methods of obtaining the necessary equipment; office location; size of firm (employees/revenue); financial resources; other contracts, both federal and commercial; quality assurance procedures currently in place; and capabilities/experience necessary to perform the SOW or specific tasks of the SOW. No specific format is required. A narrative qualification/capability statement, which demonstrates how you will meet all of the requirements of the statement of work, is requested. Specifically, each shall provide details regarding personnel capabilities, current equipment or methods of obtaining necessary equipment, office location, size of firm, financial resources, other contracts, quality assurance procedures currently in place, and capabilities/experience necessary to perform the requirements of the SOW. A business does not have to possess all of the capabilities to NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (23-JUN-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 27-OCT-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
The Environmental Protection Agency
(http://www.fbo.gov/spg/EPA/OAM/MMC-10J/PR-R5-05-10072/listing.html)
- Record
- SN00922707-F 20051029/051027213730 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |