SOURCES SOUGHT
A -- On-Site Support of the Test and Evaluation (T&E) Facility in Cincinnati, Ohio
- Notice Date
- 6/19/2008
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Environmental Protection Agency, Office of Acquisition Management, EPA/Ohio, Cincinnati Procurement Operations Division 26 W. Martin Luther King Drive Cincinnati, OH 45268
- ZIP Code
- 45268
- Solicitation Number
- PR-CI-08-10962
- Response Due
- 7/11/2008
- Archive Date
- 8/9/2008
- Point of Contact
- SCOTT A. FOGLE, Contract Specialist, Phone: 513 487-2049, E-Mail: FOGLE.SCOTT@EPA.GOV; CYNTHIA SCHWEIBOLD, Placement Contracting Officer, Phone: 513 487-2048, E-Mail: SCHWEIBOLD.CINDY@EPA.GOV
- Small Business Set-Aside
- N/A
- Description
- On-Site Support of the Test and Evaluation (T&E) Facility in Cincinnati, Ohio 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), with technical support to operate and conduct environmental research, testing, evaluation, development, and demonstration verification studies in support of NRMRL's mission at its Test and Evaluation (T&E) Facility located at 1600 Gest Street, Cincinnati, Ohio along with support to other NRMRL Cincinnati satellite facilities (Center Hill Facility, Experimental Streams Facility, Full-Containment Facility). Research efforts can encompass bench-, pilot- and field scale studies on innovative technologies, as well as larger scale studies when required to field test and demonstrate technologies. Contractor involvement will range from a minimum of project coordination and facilitation to full design, implementation, and operation. Most of the actual testing and evaluation will take place at the T&E Facility; however, some of the preliminary preparations and follow up activities, such as report writing and data analysis, may take place in the contractor's home office. Occasionally, evaluations and demonstrations will be conducted at field locations depending upon specific project requirements. The Contractor shall also provide support in research related concerns of health, safety, permits, and environmental compliance for locations mentioned above. The T&E Facility's capabilities are available to public and private sector clients who may wish to conduct studies or participate in areas of research in which the T&E Facility is uniquely qualified and permitted to work. Specific areas to be addressed in capability packages are as follows: (1) Conducting day-to-day operation of test and evaluation facilities of similar scope including tracking of visitors, conducting tours, tracking/assembly/installation/maintenance/decontamination of equipment, tracking supplies including safety supplies to support facility operations; (2) Conducting controlled studies and testing and evaluation of pilot- and bench-scale water supply treatment and distribution system studies and wastewater treatment, pollution control, and other related technologies; (3) Operation and maintenance of a simulated water distribution system related to watersecurity research issues; (4) Expertise in project design, including project specific literature review or technologyassessment, engineering analysis, sampling and analysis plans, project specific health andsafety plans, quality assurance project plans, and project scheduling; (5) Field testing of bench- and pilot-scale unit processes, treatment systems,and monitoring systems; (6) Support for emergency response activities, health and safety requirements, and tomaintain permit and compliance requirements for activities such as on-site chemicalinventory tracking and control, and on-site hazardous waste tracking. 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 June 1, 2009 with a one year Base Period and four 12 month Optional Periods. Approximately 7,980 base LOE hours are anticipated for the base year and 10,230 LOE hours for each of the four (4) optional years for a total of 48,900 base LOE hours. In addition, 71,415 optional hours are anticipated for the base year and 126,935 LOE hours for each of the four (4) optional years for a total of 579,155 optional LOE hours. Any interested firms shall 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. Any interested firms shall submit a capability package which demonstrates the firm's ability to perform the key requirements as described above. Standard company brochures will not be considered a sufficient response to this Sources Sought Synopsis. In the capabilities statements, contractors shall 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 shall be submitted to Scott Fogle, at fogle.scott@epa.gov no later than 21 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
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ea8404fa1c84c2a46add22ab709e62e6&tab=core&_cview=1)
- Place of Performance
- Address: Test and Evaluation 1600 Gest St. Cincinnati, OH
- Zip Code: 45204
- Zip Code: 45204
- Record
- SN01597413-W 20080621/080619222227-ea8404fa1c84c2a46add22ab709e62e6 (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 |