SOLICITATION NOTICE
C -- Regional Oversight Contract (ROC)
- Notice Date
- 1/21/2009
- Notice Type
- Presolicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- Environmental Protection Agency, Office of Acquisition Management, Region III, Contracts Branch (3PM10), Contracts Branch (3PM10) 1650 Arch Street Philadelphia, PA 19103
- ZIP Code
- 19103
- Solicitation Number
- PR-R3-09-10014
- Response Due
- 2/11/2009
- Archive Date
- 2/27/2009
- Point of Contact
- JAMES M. CLARK, Placement Contracting Officer, Phone: 2158145198, E-Mail: clark.jim@epa.gov; JEFFREY FANG, Contract Specialist, Phone: 2158145312, E-Mail: fang.jeffery@epa.gov<br />
- Small Business Set-Aside
- Total Small Business
- Description
- SUBJECT: R - Regional Oversight Contract (ROC) for Federal facilities, FUDS, or FUSRAP sites in EPA Region III, which includes the states of Pennsylvania, Maryland, Delaware, Virginia, West Virginia, and the District of Columbia. DESC: The U.S. Environmental Protection Agency (EPA) requires Federal Facility oversight services to support the Agency in its mission of oversight and enforcement both Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) and Resource Conservation and Recovery Act (RCRA) activities at sites located at active, closing, closed, or former Federal facilities, including a Formerly Used Defense Site (FUDS) or Formerly Used Site Remedial Action Program (FUSRAP) site, and, to a lesser extent, non-Federal facilities within the geographic boundaries of EPA Region III. The Federal Facilities Compliance Act of 1992 waives sovereign immunity for Federal hazardous waste generators, CERCLA 120 and the extensive oversight responsibilities to EPA for hazardous waste remediation projects at Federal facilities. To fulfill these responsibilities, EPA reviews technical documents generated by the facility (or its contractor), approves remedies, oversees removals, assists in deliberations leading to agreements with other Federal agencies or non-Federal potentially responsible parties (PRPs), and determines appropriate penalties where necessary. The successful offeror will be required to demonstrate competency in the following areas: technical document review; meeting support; field activities and data review; and technical support for such activities as CERCLA Site assessments, Remedial Investigations/Feasibility Studies, Removals, Remedial Designs, post-Record of Decision (ROD) actions, community involvement and outreach, data management services, military munitions response services, radiation, and negotiations. For the purposes of this procurement, the Agency will determine if an offeror has a pre-award potential conflict of interest (COI) if it currently holds a prime contract or subcontract with any party (other than EPA) for work related toCERCLA or RCRA activities, remedial planning or implementation, or reuse planning or development at sites located at an active, closing, closed, or former Federal facility within EPA Region III. Any such potential conflict will be evaluated by EPA prior to award. This procurement is a small business set-aside using NAICs code 562910, Environmental Remediation Services (Firms with 500 employees or less) and will result in the competitive award of one (1) indefinite delivery/indefinite quantity (ID/IQ) - type contract with a minimum guarantee of $50,000 and a maximum of $1.5 million. The contract will be Fixed Hourly Rates with indirect rate ceilings and charges for direct labor, travel, and other direct costs (ODCs). The period of performance will consist of a one year base period and four option years. The work will be handled via task orders. The resulting contract will be awarded based on technically acceptable / lowest price. The selected firm will be required to submit a cost proposal, contract management plan, internal COI procedures, COI screen of Region III Federal Facility sites, quality assurance plan, procedures for handling confidential business information, health and safety plan, and plan for delivering analytical services. In order to be awarded a contract, these must be deemed acceptable by EPA and agreement must be reached on a reasonable price. Prior to award, contractor will also be required to have an acceptable accounting system that allows for segregation of costs. The solicitation is scheduled for release on or about February 11, 2009. The POC for this solicitation is James M. Clark, (P) 215-814-5198. Requests for additional information should be emailed to clark.jim@epa.gov
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d76faea494efb10c6c042d7bf6b5adad&tab=core&_cview=1)
- Record
- SN01735789-W 20090123/090121220020-d76faea494efb10c6c042d7bf6b5adad (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 |