SOURCES SOUGHT
99 -- Logistics Support Service Requirement
- Notice Date
- 10/22/2006
- Notice Type
- Sources Sought
- NAICS
- 541614
— Process, Physical Distribution, and Logistics Consulting Services
- 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-07-10137
- Response Due
- 11/9/2006
- Archive Date
- 12/9/2006
- Small Business Set-Aside
- N/A
- Description
- The U.S. Environmental Protection Agency (EPA), Office of Acquisition Management (OAM) is conducting market research, FOR INFORMATION PURPOSES ONLY, to identify large and small business firms that specialize in the coordination, management, and oversight of logistic support services. This includes both logistics management firms and firms with personnel having specialized expertise in identifying resources and providing logistical support services related to the following: locating facilities and the set up of temporary office space; security, maintenance, oversight of a specific site location; coordination of food services; providing for housing/lodging; IT & communication support; medical services; office equipment & supplies, shipping, printing, and other support personnel requirements. The EPA requires these logistical support services to support EPA employees and other personnel during emergency responses and/or Incidents of National Significance (INS). The purpose of the Logistical Support Services requirement is to provide logistical support to Environmental Protection Agency (EPA) On-Scene Coordinators (OSCs) and other federal officials implementing EPA?s responsibilities as mandated by the National Response Plan (NRP). EPA has recognized the critical need of having the ability to provide immediate housing accommodations, food services, communication capabilities, security, and other support services for personnel responding to emergency situations. Currently, U. S. EPA Region 6 (Louisiana, Texas, Arkansas, Oklahoma, New Mexico and 65 Tribes) and other Gulf Coast territories are the primary geographical areas for which these services are required. As essential personnel are deployed throughout Region 6 to devastated areas without electricity, running water, sanitation, shelter, and other facilities for indefinite periods of time, sufficient logistical support services must be made available to ensure the safety and well-being of our response personnel. The requisite logistical support services may be required 24 hours per day, 7 days a week including Federal, Local and State holidays or on an as-needed basis. Support personnel may work on rotational work schedules to maintain coverage. All personnel shall speak and be able to communicate in the English language. A general description of the types of logistical support services required for this requirement is provided via a draft copy of the Statement of Work (SOW) and will be posted to the following webpage on or about October 24, 2006: http://www.epa.gov/oam/srpod/index.htm# solam under the link entitled, Logistics Support Services Requirement in the Sources Sought section. The applicable North American Industry Classification System (NAICS) codes for this requirement include, but are not limited to the following: 541614 - Process, Physical Distribution, and Logistics Consulting Services; 561210 ? Facilities Support Services; 541614 ? Process, Physical Distribution, and Logistic Consulting Services; 541513 ? Computer Facilities Management ; 624210 ? Community Food Services; 621493 ? Emergency Medical Services; 335122 ? Emergency Lighting ; 624221 ? Emergency Shelters; 624230 ? Emergency Relief Services; etc. Please visit the following website to determine appropriate small business size standards http://www.naics.com/sba_sizestandards.htm. The Government anticipates awarding one Indefinite Delivery/ Indefinite Quantity (ID/IQ) and/or a multiple award Blanket Purchase Agreement (BPA) for this requirement. The period of performance for each will not exceed five years. Small business concerns interested in this requirement are advised of the language in the Federal Acquisition Regulation (FAR) 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 will 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 firms who believe they have the capability of providing services as defined above and in the SOW are invited to submit a written Capabilities Statement containing sufficient information. Responses shall clearly demonstrate the firm?s capabilities/expertise with regard to providing logistical support in the areas referenced in the SOW. All responses shall include a cover letter that states the firm?s legal business name, small business status (e.g.: small, small disadvantaged, minority-owned, 8(a), Hubzone, SDVOSB, WOSB etc), if applicable, and should be submitted via e-mail to: armstrong.claudia@epa.gov or mailed in hard copy mailed to the following address: (1) U.S. POSTAL SERVICE ADDRESS: U.S. EPA - Ariel Rios Building ATTN: Robert M. Minjack (Mail Code 3803R) 1200 Pennsylvania Avenue, N.W. Washington, DC 20460; or (2) HAND CARRY/COURIER/OVERNIGHT CARRIER ADDRESS: U.S. EPA - Ronald Reagan Building ATTN: Robert M. Minjack (Mail Code 3803R) 1300 Pennsylvania Avenue N.W., Washington, DC 20004. CAPABILITY STATEMENTS SHALL BE SUBMITTED NO LATER THAN 4:00 PM EST November 9, 2006. Information contained in the Capability Statements will be used to determine the qualifications of interested firms with respect to this requirement. THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH EFFORT, 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. AT THIS TIME 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
- SN01169220-W 20061024/061022225316 (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 |