Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 06, 2012 FBO #3695
SOURCES SOUGHT

R -- Sources Sought Notice/Request for Information - Superfund Sample Management Office (SMO) - FY2013 - SMO Performance Work Statement and Performance Standards

Notice Date
1/4/2012
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management 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
OAM-SRRPOD-LASC_SuperfundSampleManagementOffice_FY13
 
Point of Contact
Matt Courtad, , Danny Uhr,
 
E-Mail Address
courtad.matt@epa.gov, uhr.danny@epa.gov
(courtad.matt@epa.gov, uhr.danny@epa.gov)
 
Small Business Set-Aside
N/A
 
Description
SMO Performance Standard - Task 3 SMO Performance Standard - Task 2 SMO Performance Standard - Task 1 SMO Performance Work Statement SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION Superfund Sample Management Office Support The US Environmental Protection Agency (EPA), Office of Acquisition Management (OAM) is conducting market research to identify potential small business sources (including 8(a), veteran-owned small business, service-disabled veteran-owned small business, HUB Zone small business, small disadvantaged business, and women-owned small business concerns) with the capacity and technical capability necessary to successfully perform the requirements described herein. The subject requirement is to provide programmatic support and infrastructure through the application of professional, scientific, technical and administrative expertise and support for specific and evolving programmatic needs, including production processes. These services are currently provided by the incumbent, Computer Sciences Corporation (CSC) under EPA contract EP-W-06-046. The current contract is scheduled to expire June 19, 2013. This is a combined Sources Sought Notice (SSN) and Request for Information (RFI) only. (Note: Any interested party may respond to the RFI. Only potential small business sources interested in competing in any future solicitation as a prime contractor should respond to the Sources Sought Notice.) This is not a solicitation announcement. No contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement. The Government will use responses to this Sources Sought Notice to make appropriate acquisition decisions. Any resultant contract is anticipated to be Cost-Plus-Fixed Fee Award Term (CPFF/AT) Level of Effort (LOE) type of contract with one (1) twenty-four month base period; one (1) twenty-four month option period; and two (2) twenty-four month award terms, potentially totaling 96 months. The Performance Work Statement (PWS) requirements fall under the North American Industry Classification System (NAICS) code 541611, "Administrative Management and General Management Consulting Services." Interested firms must demonstrate in their qualification statement that they are qualified to perform the complete PWS under this NAICS code. Detailed information on the PWS requirements is provided via the draft PWS and its associated Government Performance Specifications which are posted on this announcement. In brief, the PWS tasks are performed in a production environment and the task areas are related through the information systems, information sharing, and data transfers used by the Sample Management Office (SMO) contractor. Each task area feeds information into systems and extracts required information from the systems. In order to accurately process information, and consistently and efficiently manage the tasks, the SMO contractor must (1) have a thorough understanding of all of the task area activities, as well as their processes, data and supporting automated systems; and (2) be able to quickly and effectively communicate with all other task areas. Note: Tables located at the following web site provides statistics for the total analyses performed http://www.epa.gov/superfund/programs/clp/analyses.htm. Also see PWS Table 2 - SMO Contract Historical Vital Statistics. This volume of activity may increase or decrease in coming years due to changes in EPA policy concerning agency analytical needs. The following information is provided for INFORMATIONAL purposes only: The estimated LOE is 260,000 base quantity hours and 200,000 optional quantity hours for each 24 month period of performance. It is the EPA's intent that offerors propose labor categories, and the distribution of LOE between those labor categories, based on their understanding of the PWS. Exact numbers, levels and skills are not specified by EPA. The offeror shall propose three (3) key personnel at the contract level, a program manager, a quality assurance manager, and an IT manager. The contractor shall also propose a management infrastructure and organization sufficient to meet the requirements of the resultant contract. This shall include a proposed organizational chart and the personnel roles and responsibilities in each functional area. Work assignments under the proposed contract will be issued with government specifications for a work assignment manager (WAM). Proposed contractor WAMs shall be approved by the government and shall be considered key personnel for the length of the work assignment. Software Engineering Institute's Capability Maturity Model Integration Level 3 (or equal) is a requirement under the resultant contract. (Note: Any interested party may respond to the RFI. Only potential small business sources interested in competing in any future solicitation as a prime contractor should respond to the Sources Sought Notice.) This RFI is being issued to: 1. Gather industry input on the attached draft PWS 2. Request information on any changes in industry that the Government should consider to achieve direct cost savings 3. Request information on possible contract pricing considerations 4. Request information on other possible contract changes 5. Inform prospective offerors of the general acquisition timeline Firms responding to the RFI are asked to submit comments that address the Government's requirements, assumptions, conditions, or contemplated approaches to this future acquisition. Please submit information or suggestions that may encourage new, different or innovative approaches that would result in direct cost savings to the Government. Firms SHOULD NOT submit: proposals or offers; capability statements, white papers or other company marketing materials; past performance information or general descriptions of corporate experience; requests to be considered for award or to be notified of a future solicitation; requests to be added to a mailing or distribution list; questions or comments not related to this RFI. Firms responding to the Sources Sought Notice are requested to provide the EPA all appropriate documentation (i.e., a detailed capability statement and/or relevant past performance history documenting its ability to perform similar PWS requirements) -- to operate large, complex federal programs that require the management and processing of substantial volumes of complex data; operating high volume, rapid turnaround administrative and technical support programs; implementing project management controls; significant multi-tasking; and ability to control costs to support its ability to carry-out the requirements of the PWS. In addition, your capability statement and/or relevant past performance history should: • Identify appropriate levels and types of expertise in a manner that demonstrates its understanding of the requirements of the PWS; • Identify all property, equipment, and facilities necessary to perform the requirements of the PWS. Note: (1) the contractor shall provide all property, equipment, and facilities necessary to perform under the resultant contract; and (2) the contractor will be responsible for maintenance and operation of the existing Contract Laboratory Program Support System (CLPSS); • Identify its specific experience in administrative and technical review/validation of hardcopy and electronic laboratory analytical data in a production environment to meet performance specifications similar to those identified in the SMO PWS; • Provide a comprehensive contract start-up plan for establishing, organizing, staffing the contract, and clearly identify mobilization status at 15, 30, 45, and 60 calendar day points; • Identify its Software Engineering Institute's Capability Maturity Model Integration Level or equal (if any); • Provide relevant samples of a Quality System setting forth its capability for quality assurance (QA) and its general approach for accomplishing QA specifications similar to the SMO PWS. Responses are limited to 30 pages, excluding the last two bullet requirements above. Interested concerns who believe they have the capability of providing the required services as defined in the SMO PWS are invited to submit a Qualification Statement, including the above described documentation. Responses should be emailed to courtad.matt@epa.gov with the words "SMO SSN/RFI Response" in the subject line. Please indicate in your email if you are responding to the Sources Sought Notice or the Request For Information. Due to server limitations, please limit the size of each email to no more than 2MB. Telephonic and mail/courier responses will not be accepted. Small business firms that cannot be considered as prime contractors, but would like to be considered for subcontracting opportunities should add themselves to the list of "Interested Vendors" on FBO. If a solicitation is released, it will be via FedBizOpps (http://www.fedbizopps.gov). It is the responsibility of the potential offerors to monitor the website for any information that may pertain to this SSN/RFI or a future solicitation. The information provided in this RFI is subject to change and is not binding on the Government. Feedback and/or evaluation information will not be provided to any firm regarding their individual capability statements in response to the Source Sought Notice or comments submitted in response to the Request For Information. The deadline for submitting questions/comments directly related to this announcement is c.o.b. January 11, 2012. The deadline for submitting capability statements in response to the Sources Sought Notice and comments in response to the Request for Information is February 3, 2012 by 1:00 PM ET.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/HQ/OAM-SRRPOD-LASC_SuperfundSampleManagementOffice_FY13/listing.html)
 
Record
SN02648509-W 20120106/120104234244-f6e22c468b707b1f5f2785b6d43850f2 (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.