SOLICITATION NOTICE
F -- SURVEY STATISTICS SUPPORT
- Notice Date
- 11/2/2009
- Notice Type
- Presolicitation
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- Cincinnati Procurement Operations Division 26 W. Martin Luther King Drive Cincinnati, OH 45268
- ZIP Code
- 45268
- Solicitation Number
- PR-CI-09-10584
- Response Due
- 11/17/2009
- Archive Date
- 12/17/2009
- Point of Contact
- TAMMY A. THOMAS, Contract Specialist, Phone: 513-487-2030, E-Mail: thomas.tammya@epa.gov
- E-Mail Address
-
TAMMY A. THOMAS
(thomas.tammya@epa.gov)
- Small Business Set-Aside
- N/A
- Description
- The U. S. Environmental Protection Agency (EPA) has a requirement for Survey Statistics Support. This requirement will support the EPA in its survey statistics analyses for research and regulation development to comply with various Executive Orders and to support the Agency?s initiatives. The successful contractor will be required to provide survey statistics support to the Office of Water and any other EPA offices that require technical support within the scope of the PWS. This contract is primarily focused on obtaining survey statistics support for data collection planning and analysis. (Survey statistics are often applied to data from a statistically drawn sample to make inferences about a larger population.) To a lesser extent, the contract also supports survey instrument development (e.g., questionnaires) and web surveys. Examples of potential survey statistical support under this contract may include the following: Statistical sample designs for a survey of the steam electric industry; Population estimates from a survey of coalbed methane extraction projects; Comparison of survey results from different studies related to biosolids at publicly owned treatment works; and Confidence intervals for national estimates based upon data from a survey of Superfund sites. The RFP PR-CI-09-10584 will be solicited under full and open competition with the NAICS code designation for the acquisition being 541620. It is anticipated that a Cost-Plus-Fixed-Fee/Level-of-Effort contract will result from the award of this solicitation. The base period is expected to begin on June 1, 2010. The base period and each available option period will consist of 1,500 direct labor hours with each period having the potential of an additional 4,500 direct labor hours. It is anticipated that the contract will have one (1) base period with four (4) option periods consisting of 12-months each for a total maximum potential performance period of five (5) years and a total of 30,000 direct labor hours. The following sources will be excluded from consideration for award: Firms that could potentially discharge wastewater from point sources (e.g., industrial facilities, service industries), and discharge deicing and/or anti-icing fluids, associated wastewater, and/or associated stormwater into a sanitary sewer system (?indirect dischargers?), stormwater or combined sewer system, or directly into a water of the US (?direct dischargers?); Firms that could potentially provide treatment of wastewater and/or stormwater or treatment of deicing and/or anti-icing fluids, associated wastewater, and/or associated stormwater; Firms that manufacture or sell water treatment equipment and/or water treatment chemicals or this type of equipment and chemicals for removing deicing and anti-icing fluids from wastewater/stormwater. This category would also include firms that manufacture and sell deicing and/or anti-icing fluids, not just the treatment chemical to remove them from wastewater/stormwater; Firms that provide consulting and/or technical services to wastewater and stormwater dischargers relating to waste minimization, water quality, and water quality for deicing/anti-icing operations; and Firms that act in consulting, advisory, or legal capacities with, or for, firms trying to overturn or circumvent regulations on wastewater, stormwater discharge, water quality and water quality for deicing/anti-icing operations. In addition to the exclusion from consideration for award, the successful awardee will be subject to the limitation of future contracting, which will prohibit future contracting by the awardee with entitities providing these same types of excluded services. All offerors will be required to disclose any business or financial relationships with firms excluded above and also the following firms, which may be directly or indirectly impacted by the work under the resulting contract: Firms engaged in Airport Deicing, Coalbed methane extraction, Construction and development issues, Steam electric generation, firms that specialize in Cooling water intake structures, Drinking water treatment, Health Services, and firms that are Publicly Owned Treatment Works. The solicitation is expected to be issued approximately December 1, 2009 on EPA?s website: http://www.epa.gov/oam/cinn_cmd. This office does not intend to mail hard copies of the solicitation. It is the responsibility of the offerors to frequently check the EPA website for updates or changes. All responsible sources may submit a proposal which shall be considered by the agency. The point of contact for this solicitation is Tammy Thomas, Contracting Officer, USEPA, 26 W. Martin Luther King Drive, Mail Code: NWD-001, Cincinnati, OH 45268, who may be reached via email at thomas.tammya@epa.gov or via telephone at (513) 487-2030.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/OH/PR-CI-09-10584/listing.html)
- Record
- SN01996382-W 20091104/091102235028-55526fd61749ceeda49ac4944cbf518f (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 |