Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 23, 2006 FBO #1550
SOLICITATION NOTICE

R -- Expert Support for Insurance Review

Notice Date
2/21/2006
 
Notice Type
Solicitation Notice
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Department of Agriculture, Office of Procurement and Property Management, Procurement Operations Division, 300 7th Street, S.W., Room 377, Reporters Building, Washington, DC, 20024
 
ZIP Code
20024
 
Solicitation Number
AG-3142-S-06-0021
 
Response Due
4/17/2006
 
Archive Date
5/2/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The United States Department of Agriculture Forest Service operates a nationwide program to investigate and clean up contamination on National Forest System (?NFS?) land, primarily abandoned hard rock mining sites. Forest Service activities under this program, which include enforcement actions against parties responsible for the contamination, are authorized pursuant to Executive Order 12580 and the Federal ?Superfund? law, formally known as the Comprehensive Environmental Response, Compensation, and Liability Act, 42 U.S.C. ?? 9601 et seq. (?CERCLA?). As part of its enforcement activities under CERCLA, the Forest Service frequently identifies responsible parties (commonly referred to as ?Potentially Responsible Parties? or ?PRPs?) that are either defunct or otherwise have a financial inability to pay their fair share of site response costs. The existence of these financially nonviable PRPs often undermines the Government?s ability to obtain the funds needed for an effective response at these contaminated sites. However, the Forest Services believes that some of these now-defunct PRPs had purchased comprehensive general liability or similar insurance policies in the past that could now be used to help pay for site response costs. Consequently, the Forest Service is seeking the assistance of a contractor experienced in the recovery of insurance proceeds for environmental cleanup costs to assist it in identifying a limited number of candidate sites and pursuing cost-recovery negotiations with the insurance companies that sold these policies (or their successors in interest). This work, which is expected to cover a one-year ?test? period, will not involve any litigation on behalf of the Government. Thus, the Department seeks to acquire expert insurance consulting support for a one-year period with a possible one-year option period to assist the Forest Service in identifying suitable candidate sites, reviewing potentially applicable insurance policies, and assisting in cost-recovery negotiations with relevant insurance carriers. The scope of work does not include any litigation. The contractor may be an attorney, however, the contractor will not have the authority to make any decisions, nor to assert claims or conduct litigation, on behalf of the Forest Service or USDA. The contractor will only function in an advisory capacity to assist the decision-making by the Forest Service, the USDA Office of the General Counsel, and the Department. The contractor will provide services on a contingent-fee basis. The amount of payment made to the contractor will be calculated solely as a fixed percentage of the amount recovered by the Forest Service from any insurance carrier. The contractor will not be reimbursed by the Forest Service or USDA for any of its out-of-pocket or other costs or expenses related to this work. The North American Industry Classification System (NAICS) Code 541618 has a size standard of $6.5 Million. The solicitation is expected to be available on or before March 15, 2006, and will close 30 days thereafter. The solicitation will be available and distributed solely through the General Services Administration's Federal Business Opportunity website at http://www.fbo.gov; the site provides downloading instructions. All future information regarding this acquisition, including solicitation amendments, will also be available and distributed soley through the web site. Interested parties are responsible for monitoring the site to ensure they have the most up-to-date information about this acquisition. The Government will evaluate proposals using source selection procedures with the intent to award a firm-fixed (contingent fee) contract to the responsible offeror whose proposal conforms to the solicitation as the BEST VALUE to the Government. The Government requires offerors to submit a technical proposal. Each proposal shall contain the offerors' best technical response and best offer. OFFERORS ARE ADVISED THAT THE GOVERNMENT MAY MAKE AN AWARD WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING PROPOSALS RECEIVED. ALL QUESTIONS REGARDING THE SOLICITATION MUST BE SUBMITTED IN WRITING TO THE CONTRACTING OFFICER VIA MAIL SERVICE, E-MAIL OR FAX. THE RESPONSIBLE PROCURING OFFICE WILL NOT ACCEPT TELEPHONE INQUIRIES OR REQUESTS. PROPOSALS MUST BE SUBMITTED ELECTRONICALLY BY THE SPECIFIED CLOSING DATE.
 
Place of Performance
Address: Washington, DC and possibly limited nationwide travel
 
Record
SN00991569-W 20060223/060221211658 (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 |
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.