Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2009 FBO #2806
SOURCES SOUGHT

A -- Scientific, Technical, Research. Engineering, and Modeling Support (STREAMS II)

Notice Date
7/31/2009
 
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-09-10977
 
Response Due
8/19/2009
 
Archive Date
9/18/2009
 
Point of Contact
NICOLE MODAFARI, Contract Specialist, Phone: (513) 487-2001, E-Mail: modafari.nicole@epa.gov; LYNNE W. LEWIS, Placement Contracting Officer, Phone: (513) 487-2040, E-Mail: lewis.lynne @epa.gov<br />
 
E-Mail Address
NICOLE MODAFARI
(modafari.nicole@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. In preparation for a future procurement, the Environment Protection Agency (EPA) is performing market research to aid in the development of its acquisition approach. The EPA has a need for a contractor to provide support for the development and evaluation of technologies, processes, and tools to prevent or reduce pollution of air, land, and water, and to restore ecosystems. The Cincinnati, Ohio, Land Remediation and Pollution Control Division (LRPCD) of USEPAs National Risk Management Research Laboratory (NRMRL) will manage the contract. Contract support may also be sought for (i) other NRMRL divisions, (ii) USEPA Programs such as the Superfund Innovation Technology (SITE) Program and the Environmental and Sustainable Technology Evaluation Program Element of the Environmental Technology Verification (ETV/ESTE) Program, (iii) other ORD laboratories and centers such as the National Homeland Security Research Center (NHSRC) and (iv) other USEPA organizations, such as Regional and Program Offices, who conducted research projects that could be supported under the scope of the Performance Work Statement (PWS). Specific areas to be addressed in capability packages submitted by respondents are as follows: 1) research work- involving developing and/or evaluating technical concepts, process options, and prototype systems in a research framework that permits and encourages changes in direction and mid-course corrections as needed and warranted and a broad range of process development efforts such as proof-of-concept, laboratory-scale, and bench-scale experiments, 2) treatability studies and pilot-scale investigations, 3) field support (examples - risk assessments, permit reviews, site characterization, site preparation), 4) development and/or evaluation of computer-oriented tools, approaches, and technologies such as software, models, and decision-support tools, and 5) technical support to various programs including US EPA Superfund Program, the RCRA Program and Office of Water. Additional information regarding these tasks can be found in the DRAFT Performance Work Statement (PWS) located on http://www.epa.gov/oam/cinn_cmd/#sources. To be considered a potential source, a firm must demonstrate they have the necessary labor mix and capacity, materials, equipment and facilities to support the effort as delineated above. ANY INTERESTED FIRM should submit a capability statement which demonstrates the firm?s ability to perform the 5 general support tasks described above. It is anticipated that the contract will be multiple award IDIQ type contract with the majority of the task orders issued as Cost Plus Fixed Fee (CPFF) completion type with others issued on a Firm Fixed Price (FFP) basis. The estimated period of performance is 5 years. ANY INTERESTED FIRM should submit a capability statement (in accordance with the above criteria) which should provide their size status (i.e. large, small) in accordance with NAICS code 541712, with a size standard of 500 employees and whether or not they are a certified Hubzone, 8(a), women-owned, small disadvantaged and/or disabled veteran owned concern. Standard company brochures will not be considered a sufficient response to this Sources Sought Synopsis. The EPA reserves the right to set these actions aside for small businesses. Responses to the above should be submitted to Nicole Modafari, U.S. EPA, Cincinnati Procurement Operations Division, 26 W. Martin Luther King Drive, Cincinnati, OH 45268 no later than August 19, 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/OH/PR-CI-09-10977/listing.html)
 
Record
SN01895043-W 20090802/090731235928-0f9a8799750d1a6c37e7351e29af7222 (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.