SOURCES SOUGHT
F -- Targeted Brownfields Assessments
- Notice Date
- 12/8/2005
- Notice Type
- Sources Sought
- Contracting Office
- Bid and Proposal Room, Ariel Rios Building (3802R) 1200 Pennsylvania Avenue, N.W. Washington, DC 20460
- ZIP Code
- 20460
- Solicitation Number
- PR-HQ-06-13440
- Response Due
- 1/17/2006
- Archive Date
- 2/16/2006
- Description
- The U.S. Environmental Protection Agency (EPA), Office of Acquisition Management (OAM) is conducting market research, FOR INFORMATION PURPOSES ONLY, to identify any Small Businesses (Sbs), Non 8(a) Small Disadvantaged Businesses (SDBs), SBA 8(a) Program Businesses, Hubzone Businesses, Service Disabled Veteran Owned Small Businesses (SDVOSBs) and/or Women Owned Small Businesses (WOSBs) that possess the necessary technical capabilities to perform Targeted Brownfields Assessments (TBAs) under the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) as amended by the Small Business Liability Relief and Brownfields Revitalization Act of 2002 (Public Law 107-118) for the EPA?s Office of Brownfields Cleanup and Redevelopment. Any subsequent contracts, if any, will be managed out of EPA?s ten Regional offices which are located in Boston, New York, Philadelphia, Atlanta, Chicago, Dallas, Kansas City, Denver, San Francisco, and Seattle. TBAs will consist of performing Phase I and/or Phase II environmental assessments at Brownfields sites throughout the United States. Phase I environmental assessments shall be performed in accordance with EPA?s final regulations governing All Appropriate Inquiries (40 CFR 312) and ASTM International?s E1527-05 "Standard Practice for Environmental Site Assessments: Phase I Environmental Site Assessment Process," and governing State/Tribal regulations. Phase II environmental assessments shall be performed in accordance with ASTM International?s E1903-97 (2002) "Standard Practice for Environmental Site Assessments: Phase II Environmental Site Assessment Process," and other governing State/Tribal regulations. Depending on the extent of the investigations already performed at the site, or the findings of those investigations, the contractor may be tasked to perform either a Phase I or Phase II environmental assessment, or both. A Phase I environmental assessment is a preliminary site inspection that includes among other things, a review of property uses and past ownerships, a review of relevant government records, a historical records investigation, and an on-site visual site inspection. The Phase I investigation, through a comprehensive records search and visual inspection, seeks to identify any Recognized Environmental Conditions (RECs) or conditions indicative of releases or threatened releases of hazardous substances which may impact the property. A Phase II environmental assessment is a more in depth site investigation that, in most cases, includes sampling and analysis to determine the type and extent of contamination present at the site. The Phase II guidelines direct the environmental professional to design the Phase II investigation according to the observations and findings of the Phase I investigation. Findings of the Phase I and Phase II environmental assessments will be used by EPA to enable property owners to determine future site actions. Additional information about the Brownfields Program and TBAs can be found at www.epa.gov/brownfields/tba.htm. A draft Statement of Work is available at www.epa.gov/oamsrpod/hcsc/tba/index.htm. The applicable North American Industry Classification System (NAICS) code is 541620 with a size standard of $6 million for potential socioeconomic program businesses. Any interested small business concerns are advised of the language in the Federal Acquisition Regulation (FAR) Section I Clause 52.219-14 "Limitations on Subcontracting" paragraph (b)(1) which states that under a small business set-aside contract for services "at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern." Therefore, the Capabilities Statement should realistically demonstrate how the small business concern would be able to comply with this clause which would be included in any potential contract. Please also note that consultants are considered subcontractors and not employees of the prime contractor. Interested socioeconomic program concerns who believe they have the capability of providing services as defined in the draft SOW are invited to submit, in writing, a Capabilities Statement with sufficient information within the 9 page limitation. Responses shall demonstrate capabilities/expertise with consideration to the SOW requirements, including experience in performing Phase I and II environmental assessments, a summary of the credentials and experience of the personnel who will serve as the environmental professional(s) and manage the assessments, the specific geographical areas where the firm can provide TBA support, and the firm=s business status (e.g.: small, small disadvantaged, minority owned, 8(a), Hubzone, SDVOSB, WOSB etc). Responses should be sent to Tanya S. Stevens at one of the following: (1) U.S. POSTAL SERVICE ADDRESS: U.S. EPA - Ariel Rios Building ATTN: Tanya S. Stevens (Mail Code 3805R) 1200 Pennsylvania Avenue, N.W. Washington, DC 20460; or (2) HAND CARRY/COURIER/OVERNIGHT CARRIER ADDRESS: U.S. EPA - Ronald Reagan Building ATTN: Tanya S. Stevens (Mail Code 3805R) 1300 Pennsylvania Avenue N.W., Washington, DC 20004. CAPABILITY STATEMENTS SHALL BE SUBMITTED NO LATER THAN 2:00 PM EST January 17, 2006. Information contained in the Capability Statements will be used to determine the qualifications of the small business community with respect to this requirement. DEPENDING ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT WILL BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. No feedback or evaluations will be provided to companies regarding their individual Capability Statement. NOTE: THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT AND/OR ANY FOLLOW UP INFORMATION REQUESTS. NO TELEPHONE CALLS AND/OR REQUESTS FOR A SOLICITATION WILL BE ACCEPTED OR ACKNOWLEDGED. RESPONSES SHALL NOT EXCEED 10 PAGES AND STANDARD COMPANY BROCHURES ARE NOT DESIRED. INFORMATION SHALL FOCUS ON THE CAPABILITY TO PROVIDE TECHNICAL SERVICES AS DEFINED IN THE SOW.
- Web Link
-
The Environmental Protection Agency
(http://www.epa.gov/oam/solicit)
- Record
- SN00948430-W 20051210/051208212702 (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 |