SPECIAL NOTICE
F -- RECOVERY - Targeted Brownfields Assessments (TBA) RFO #1
- Notice Date
- 8/6/2009
- Notice Type
- Special Notice
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- Environmental Protection Agency, Office of Acquisition Management, EPA/Headquarters, 1200 Pennsylvania Avenue, N.W., 3801R, Washington, District of Columbia, 20460
- ZIP Code
- 20460
- Solicitation Number
- RFOTBA1
- Archive Date
- 8/8/2011
- Point of Contact
- Rayna L. Brown, Phone: 202-564-5659
- E-Mail Address
-
brown.rayna@epa.gov
(brown.rayna@epa.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY THIS OPPORTUNITY IS AVAILABLE ONLY TO CONTRACTORS THAT HAVE BEEN AWARDED ENVIRONMENTAL PROTECTION AGENCY (EPA) RCRA ENFORCEMENT, PERMITTING AND ASSISTANCE IV (REPA4) CONTRACTS The purpose of this notice to announce the intention to competitively award a Task Order from the RCRA Enforcement, Permitting and Assistance IV (REPA4) contracts Request For Offer #1. The period of performance will be from date of task order issuance (approximately September 14, 2009) though June 30, 2010. This requirement is for multiple sites and will be competed as a group of sites. However, each site will be placed as an individual task order for the sites that have different places of performances. A Brownfield Site is defined as real property, the expansion, redevelopment, or reuse of which may be complicated by the presence or potential presence of a hazardous substance, pollutant, or contaminant. Brownfield sites also include sites contaminated by petroleum or a petroleum product; controlled substances; and mine-scarred lands. EPA's Targeted Brownfields Assessment (TBA) program is designed to help minimize the uncertainties of contamination often associated with Brownfields. TBAs are performed at the request of representatives of state and local governments and non-profits. TBA's may encompass one or more of the following activities: (1) an "all appropriate inquiry" assessment (Phase I), including a historical investigation and a preliminary site inspection; (2) a more in-depth environmental site assessment (Phase II), including sampling activities to identify the types and concentrations of contaminants and the areas to be cleaned; and (3) an Analysis of Brownfields Cleanup Alternatives, which includes an evaluation of cleanup options and/or cost estimates based on future uses and redevelopment plans. At designated properties, the contractor shall conduct Phase I Environmental Site Assessments (ESA); Phase II Environmental Assessments; and/or develop Analyses of Brownfield Cleanup Alternatives (ABCA) describing cleanup options and cost estimates for cleanup. This requirement is authorized under Task 1 Technical Reviews and Analysis/Assessment Support of the base contract. The American Recovery and Reinvestment Act (ARRA) contains specific acquisition requirements that must be met when using appropriated funds from the Act, including the need for acquisitions to be in accordance with the FAR and, to the maximum extent practicable, awarded as fixed-price (FP) contracts using competitive procedures. However, the Office of Management and Budget's guidance allows for the use of other than FP contracts. Although the REPA4 contract was not awarded as FP contract, it was awarded competitively, and each contract structure was selected to provide the contractor with the greatest incentive for efficient and economical performance, given the types of services to be performed. The existing REPA4 contract have sufficient qualified acquisition personnel to provide appropriate contract administration and oversight to monitor contract performance to mitigate the Government's risk. In order to meet the requirements of the Act in the most prudent business manner within the time constraints imposed, existing REPA4 contract is the most appropriate contractual vehicle consistent with Agency plans that promote the goals of the ARRA. THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS REQUIREMENT IS TO BE AWARDED TO EXISTING EPA CONTRACTHOLDERS ONLY. REQUESTS AND/OR INQUIRIES WILL NOT BE ANSWERED. DO NOT ATTEMPT TO CALL, MAIL OR E-MAIL. ANY CORRESPONDENCE SUBMITTED TO BE CONSIDERED IN RESPONSE TO THIS NOTICE WILL BE PROPERLY DISGARDED. Contracting Office Address: 1200 Pennsylvania Avenue, N.W., 3801R Washington, District of Columbia 20460
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/HQ/RFOTBA1/listing.html)
- Place of Performance
- Address: Rock Hill, South Carolina, United States, Greer, South Carolina, United States, Palatka, Florida, United States, Owensboro, Kentucky, United States, Selma to Montgomery Historic Civil Rights Trail Petroleum Corridor, AL, United States, Tamiami Trail Petroleum Corridor, Manatee and Sarasota Counties, FL, United States, Washington, District of Columbia, 20460, United States
- Zip Code: 20460
- Zip Code: 20460
- Record
- SN01901777-W 20090808/090807000156-c17f3f444652843c875beea5e014d7d1 (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 |