SOURCES SOUGHT
R -- Sources Sought Notice for Superfund Technical Assessment and Response Team (START) 8(a) for EPA Region 1 - DRAFT PWS
- Notice Date
- 11/4/2010
- Notice Type
- Sources Sought
- NAICS
- 562910
— Remediation Services
- Contracting Office
- Environmental Protection Agency, Office of Acquisition Management, Region I, 5 Post Office Square, Suite 100, Boston, Massachusetts, 02109-3912, United States
- ZIP Code
- 02109-3912
- Solicitation Number
- EP-R1-10-SS1
- Archive Date
- 12/3/2010
- Point of Contact
- Justin Mierzejewski, , Ian Epstein, Phone: (617) 918-1023
- E-Mail Address
-
mierzejewski.justin@epa.gov, epstein.ian@epa.gov
(mierzejewski.justin@epa.gov, epstein.ian@epa.gov)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Draft START 8-A PWS Sources Sought Notice for Superfund Technical Assessment and Response Team (START)8(A)for EPA Region 1 Procurement Office: U.S. Environmental Protection Agency Region 1, 5 Post Office Square, Suite 100, OARM16-2, Boston, MA 02109 NAICS Code: 562910 - Environmental Remediation Services This is a SOURCES SOUGHT NOTICE FOR MARKET RESEARCH PURPOSES ONLY to determine the availability of Certified 8(a) and Certified 8(a)/ HUBZone combo firms for a possible small business category type set-aside. The U.S. Environmental Protection Agency (EPA) Region 1 Office, Boston, MA is conducting a sources sought for informational purposes only, to determine whether Certified 8(a) and Certified 8(a)/ HUBZone combo small business capabilities exist to support this requirement. This requirement is for the follow-on Superfund Technical Assessment and Response Team (START 8(a)) in EPA Region 1. The region encompasses the following states: Connecticut, Maine, Massachusetts, New Hampshire, Rhode Island, and Vermont. THIS NOTICE IS NOT A REQUEST FOR PROPOSALS. No solicitation is available at this time; therefore, DO NOT request a copy of a solicitation. This notice is applicable to North American Industry Classification System (NAICS) code 562910, Environmental Remediation Services, with Certified 8(a) or Certified 8(a)/ HUBZone combo. A draft of the Performance Work Statement (PWS) is posted below. Particularly, the purpose of this notice is to gain knowledge of potential small business sources in the following categories: Certified 8(a) and Certified 8(a)/ HUBZone combo. The capabilities will be evaluated solely for the purpose of determining if the Certified 8(a) and/or Certified 8(a)/ HUBZone combo small business communities can perform the services of this requirement. The Government must ensure there is adequate competition among the potential pool of available contractors. Note that any resulting solicitation under set-aside procedures will include FAR 52.219-14 Limitation on Subcontracting. EPA is looking for Certified 8(a) and Certified 8(a)/ HUBZone combo small businesses that can perform all of the PWS requirements. The contractor shall be prepared to provide scientific/technical support for EPA activities in furtherance of the agency's primary mission: the protection of human health and the environment. The contractor shall fulfill these responsibilities within the region as well as outside the region on a cross regional response, national response, and international response. Additionally, the contractor shall provide services to other programs, such as site assessment, Brownfields, and remedial support activities. For each assigned task, the contractor shall provide appropriately experienced, trained, and accredited personnel with current credentials/certifications as well as all supplies, materials, tools, and equipment necessary to complete the job. These responsibilities are described in the attached draft PWS. Responses to the questions below will be used to determine a firm's capabilities to provide the above mentioned services. Please note that Region 1 is seeking a contractor that can meet all of the requirements of the PWS, not only those areas highlighted below.  Describe your ability to provide services throughout the New England states (CT, ME, MA, NH, RI, VT). If your firm does not have a local office within the region, please describe your approach to establishing a local presence and providing services in the region over the life of the contract.  Describe your experience in Response Activities, specifically Removal Actions, and Potentially Responsible Parties (PRP) Removal Actions as described in the Draft PWS. Please provide at least three concrete examples from current or past contracts to demonstrate this experience.  Describe your experience in Assessment Activities, specifically Pre-CERCLIS Screening, Removal Assessment, Preliminary Assessments (PA), Site Inspections (SI), Combined Preliminary Assessment/Site Inspection (PA/SI), Site Inspection Prioritization (SIP), Site Reassessment, and Expanded Site Inspections (ESI) as described in the Draft PWS. Please provide at least three concrete examples from current or past contracts to demonstrate this experience.  Describe your experience in Site Discovery Programs. Please provide concrete examples from current or past contracts to demonstrate this experience.  Describe your experience in Administrative Records Support. Please provide concrete examples from current or past contracts to demonstrate this experience.  Describe your experience in Enforcement Support. Please provide concrete examples from current or past contracts to demonstrate this experience.  Provide specific details regarding your firm's personnel capabilities; current equipment or methods of obtaining the necessary equipment; office location; size of firm (employees/revenue); financial resources and capabilities; other contracts, both federal and commercial; quality assurance procedures currently in place; and capabilities/experience necessary to perform the PWS or specific tasks of the PWS.  Interested parties shall provide all of the following information: 1) Business name, address, telephone number and business site, socioeconomic category for NAICS code 562910, average number of employees of the concern, average annual receipts based on the last 3 fiscal years and a description of the concern's accounting system for estimating and accumulating costs -- and whether or not those system(s) have been audited and/or approved by any Government agency; 2) Response to the above questions and a concise capabilities list showing that your firm is qualified to perform the above-mentioned tasks. The responses and capabilities list shall not exceed five (5) double-sided pages; 3) a list of current and past contracts with similar requirements not to exceed one (1) page. Firms shall ensure responses are documented to the extent the Government can determine the firms qualifications to perform this requirement. This sources sought does not constitute a commitment by the Government. The Government does not intend to award a contract based on this source sought announcement or otherwise pay for any information or inquiry. Responses to the questions shall be submitted electronically to Justin Mierzejewski, Contract Specialist, by the response date and time at the e-mail address below. The response date for all submissions is 11/18/10. Responses will be accepted by email only. Any questions to this announcement shall be submitted in writing via email to the primary contact. The electronic submission shall be 12 font (pitch) written in English. No phone calls will be accepted. DRAFT Performance Work Statement (PWS) posted in Adobe Acrobat PDF. The point of contact for this procurement is Justin Mierzejewski, Contract Specialist, at Mierzejewski.Justin@epa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/RegI/EP-R1-10-SS1/listing.html)
- Place of Performance
- Address: EPA Region 1 New England, Boston, Massachusetts, 02109, United States
- Zip Code: 02109
- Zip Code: 02109
- Record
- SN02322433-W 20101106/101104234052-4baa939ce2de78fdc998434d64024dfc (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 |