SOLICITATION NOTICE
R -- Technical Support Services for Clean Water Act (CWA) - Performance Work Statement
- Notice Date
- 11/16/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- Environmental Protection Agency, Office of Acquisition Management, Region V, Acquisition and Assistance Section (MMC-10J), 77 West Jackson Boulevard, Chicago, Illinois, 60604
- ZIP Code
- 60604
- Solicitation Number
- RFQ-IL-10-10023
- Archive Date
- 12/22/2009
- Point of Contact
- Sara Losos, Phone: (312) 886-6565, Donald K. Anderson, Phone: (312) 886-7159
- E-Mail Address
-
losos.sara@epa.gov, anderson.donald@epa.gov
(losos.sara@epa.gov, anderson.donald@epa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Performance Work Statement This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, in conjunction with FAR Subpart 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. RFQ-IL-10-10023 is issued as a Request for Quotation (RFQ) pursuant to FAR Part 12.6. It is anticipated that the solicitation will result in two (2) Firm Fixed Price contracts with a five (5) year period of performance. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37. This requirement is a Total Small Business Set-Aside. The North American Industry Classification System (NAICS) size standard is $7.0M. The associated NAICS code is 541620, Environmental Consulting Services. The U.S. EPA, Region 5, Water Division has a requirement for a contractor to provide non-personal technical and support services to implement Clean Water Act (CWA) Programs. The EPA has established core programs to implement the CWA. These programs include: the Total Maximum Daily Loads program (TMDL); the National Pollutant Discharge Elimination System (NPDES) permit program for point sources; the Water Quality Standards program; the section 319 program for Non-Point Source (NPS) control; the Wetlands program and CWA Section's 401, 402, & 404; and Water Quality monitoring program. Region 5's Water Division is responsible for overseeing the implementation of these core programs within Illinois, Indiana, Michigan, Minnesota, Ohio, and Wisconsin and the authorized tribal lands within these States This support includes activities such as gathering and evaluating data, completing assessments, implementing tracking systems, providing technical assistance, monitoring support, conducting surveys, performing statistical analyses, developing recommendations, preparing documents, assisting the EPA and Great Lakes National Program Office (GLNPO) with expert support services. The successful contractor must provide all necessary labor, materials and services in support of the efforts delineated by the attached Performance Work Statement (PWS). The contractors' technical quote will not be incorporated into the award. Task Orders may be competed between contractors receiving an award under this RFQ. SOLICITATION PROVISIONS- The following Provisions are incorporated in this solicitation: 1. 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERICAL ITEMS (MAR 2009) 2. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (SEP 2009) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: X (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). X (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)) X (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). X (12) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a) (14)). X (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). X (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). X (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). X (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). X (23) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). X (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). X (25) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). X (26) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). X (39) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332) X (42) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a) (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: X (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.) X (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Nov 2006) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). X (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Feb 2002) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). X (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)) (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d) (2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Section 1553 of Pub. L. 111-5). Applies to subcontracts funded under the Act. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vii) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. 3. FAR 52.212-1, INSTRUCTIONS TO OFFERORS- COMMERCIAL ITEMS (JUN 2008) 4. FAR 52.212-2, EVALUATION-COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers (in descending order of importance): (1) Technical Capability, (2) Quality Assurance, (3) Relevant Past Performance, and (4) Price. BASIS FOR AWARD: The basis for award will be best value, which will be based on consideration of the following factors (in descending order of importance): (1) Technical Capability, (2) Quality Assurance, (3) Relevant Past Performance, and (4) Price. All non-price factors when combined are more important than Price. 5. 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERICAL ITEMS (AUG 2009) Alternate I (APR 2000) and Alternate II (OCT 2000) ADDENDUM TO FAR CLAUSE 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERICAL ITEMS (MAR 2009): 1. FAR 52.216-4 ECONOMIC PRICE ADJUSTMENT-LABOR AND MATERIAL (JAN 1997) 2. ORGANIZATIONAL CONFLICT OF INTEREST NOTIFICATION (EPAAR 1552.209-71 ) (MAY 1994) 4. MINIMUM AND MAXIMUM AMOUNTS (EP 52.216-140) (APR 1984) During the period specified in the "Ordering" clause, the Government shall place orders totaling a minimum of $10,000.00. The amount of all orders shall not exceed $5,000,000.00. 5. ORDERING-BY DESIGNATED ORDERING OFFICERS (EPAAR 1552.216-72) (APR 1984) 6. 52.216-22 INDEFINITE QUANTITY (OCT 1995) Date of award thru 5 years thereafter 7. 52.252-2: CLAUSES INCORPORATED BY REFERENCE (FEB 1998) - This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses: http://www.acqnet.gov/far http://www.dhs.gov/xopnbiz/regulations/index.shtm 8. KEY PERSONNEL (EPAAR 1552.237-72) (APR 1984) (a) The Contractor shall assign to this contract the following key personnel: ___________________ ¬_______________________ ___________________ ¬_______________________ ___________________ ¬_______________________ ___________________ ¬_______________________ (b) During the first ninety (90) calendar days of performance, the Contractor shall make no substitutions of key personnel unless the substitution is necessitated by illness, death, or termination of employment. The Contractor shall notify the Contracting Officer within 15 calendar days after the occurrence of any of these events and provide the information required by paragraph (c) below. After the initial ninety (90) calendar day period, the Contractor shall submit the information required by paragraph (c) to the Contracting Officer at least 15 calendar days prior to making any permanent substitutions. (c) The Contractor shall provide a detailed explanation of the circumstances necessitating the proposed substitutions, complete resumes for the proposed substitutes, and any additional information requested by the Contracting Officer. Proposed substitutes should have comparable qualifications to those of the persons being replaced. The Contracting Officer will notify the Contractor within 15 calendar days after receipt of all required information of the decision on substitutions. This clause will be modified to reflect any approved changes of key personnel. ATTACHMENTS: Performance Work Statement
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/MMC-10J/RFQ-IL-10-10023/listing.html)
- Place of Performance
- Address: 77 West Jackson Blvd., Chicago, Illinois, 60604, United States
- Zip Code: 60604
- Zip Code: 60604
- Record
- SN02004166-W 20091118/091116234626-138053250b4d608fa5891acea6b6270e (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 |