SOURCES SOUGHT
F -- On-Site Research Laboratory Support
- Notice Date
- 12/19/2007
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Cincinnati Procurement Operations Division 26 W. Martin Luther King Drive Cincinnati, OH 45268
- ZIP Code
- 45268
- Solicitation Number
- PR-CI-08-10214
- Response Due
- 1/20/2008
- Archive Date
- 2/19/2008
- Point of Contact
- CYNTHIA SCHWEIBOLD, Contract Specialist, Phone: 513-487-2048, E-Mail: schweibold.cindy@epa.gov
- E-Mail Address
-
Email your questions to CYNTHIA SCHWEIBOLD
(schweibold.cindy@epa.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT SYNOPSIS FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. The Environmental Protection Agency (EPA) is performing a market search for large and small businesses in preparation for a future procurement. The EPA has a need for a contractor to provide the Office of Research and Development (ORD); National Risk Management Research Laboratory (NRMRL), Air Pollution Prevention and Control Division (APPCD) and the National Homeland Security Research Center (NHSRC), Decontamination and Consequence Management Division (DCMD) research in the areas of air pollution characterization, prevention, control, decontamination and consequence management research. APPCD provides a variety of research products that assist other EPA Offices and Regions develop, implement, and enforce regulations and guidance and provides data that is used by other ORD Laboratories and Centers to support ORD-wide objectives. This focus on Agency regulations and guidance ensures the research program remains focused on pollution problems of current concern. DCMD seeks to identify and develop optimal technologies and procedures for effective and efficient decontamination while maximizing protection of decontamination crews, the general public, and the environment. The capability packages shall address the firm's expertise related to: (1) quality assurance and quality control activities for laboratory and field operations; (2) the design and operation of laboratory- and pilot-scale air pollution control and prevention devices; (3) the collection and analysis of air pollution samples in order to characterize emissions from laboratory-based stationary and mobile source facilities; (4) the performance of laboratory studies to investigate technologies to be used for the decontamination or disposal of materials that are contaminated with biological, chemical, radiological or foreign animal disease agents; (5) the maintenance of research facilities and property; (6) the performance of technical sampling and process monitoring services; (7) analytical chemistry; (8) conducting field tests off-site to measures emission sources and to research air pollution prevention, control, decontamination and consequence management approaches; and (9) the presentation of findings at technical conferences, seminars or symposia. The successful contractor shall provide all necessary labor, materials, and services in support of the efforts delineated by the Performance Work Statement (PWS). A draft PWS can be obtained from the OAM website, http://www.epa.gov/oam/cinn_cmd/. It is anticipated that the contract will be a Cost Plus Fixed Fee (CPFF) Level of Effort (LOE) starting March 1, 2009 with a one year Base Period and four Optional Periods of 12 months each. Approximately 105,000 base LOE hours are anticipated for each contract period (up to 45,000 hours as quantity options under the base per option period) for a total of 150,000 base LOE hours. Any interested firms should submit a capability statement that demonstrates the firm's ability to perform the requirements described above. The applicable NAICS code is 541712 with a size standard of 500 employees. Standard company brochures will not be considered a sufficient response to this Sources Sought Synopsis. In the capabilities statements, contractors should provide their size status for the above referenced NAICS code, (i.e. large, small) and whether or not they are a certified hub zone, 8(a), women-owned, small-disadvantaged and/or disabled veteran owned concern. As a reminder, small businesses are required to perform at least 50 percent of the costs of the contract performance with their own personnel (FAR 52.219-14). The EPA reserves the right to set this action aside for small businesses. Responses to the above should be submitted to schweibold.cindy@epa.gov no later than 30 calendar days from the date of posting. A separate synopsis will be issued for the Request for Proposal (RFP) resulting from this Sources Sought Synopsis.
- Web Link
-
The Environmental Protection Agency
(http://www.epa.gov/oam/solam.htm)
- Record
- SN01473356-W 20071221/071219230140 (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 |