Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2012 FBO #3947
SOURCES SOUGHT

R -- Region 9 START IV

Notice Date
9/12/2012
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
Region 5US Environmental Protection Agency77 West Jackson BoulevardChicagoIL60604-3507USA
 
ZIP Code
00000
 
Solicitation Number
SOL-R5-12-00006
 
Response Due
10/12/2012
 
Archive Date
11/11/2012
 
Point of Contact
Spencer Hamilton
 
Small Business Set-Aside
N/A
 
Description
This is only a sources sought announcement published for market research purposes. Submitted information will assist the United States Environmental Protection Agency (U.S. EPA) Region 9 with internal acquisition planning relative to set-aside decisions, and or an appropriate level of completion and/or small business subcontracting goals. THIS IS NOT AN ANNOUNCEMENT FOR PROPOSALS AND 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 AND ANY FOLLOW-UP REQUESTS. No telephone calls requesting a solicitation will be accepted or acknowledged. Standard company brochures will not be reviewed. The purpose of this Sources Sought Synopsis is to determine the availability of small businesses, small disadvantaged businesses, HUBZone small businesses, woman-owned small businesses, veteran owned small businesses, and 8(a) small businesses, etc... capable of performing the requirements of the attached performance work statement (PWS), as applicable for nationally consistent advisory and assistance to EPA On-Scene Coordinators (OSCs) and other federal officials implementing EPA responsibilities under the national response system for the Superfund Technical Assessment and Response Team (START) class of contracts. These services primarily support the Emergency Response Prevention and Planning Branch (ERPPB) in the Superfund Division of the U.S. EPA Region 9. The contractor shall be prepared to provide scientific/technical support and align its activities with U.S. EPA activities to respond to the release, or threat of release, of hazardous materials, oil, and weapons of mass destruction to protect human health and the environment. The primary performance of work will be conducted within U.S. EPA Region 9 (AZ, CA, HI, NV, American Samoa, Guam, and U.S. Trust Territories), as well as outside the region for a back-up regional response. Contractors may need to respond to unforeseen national incidents and be able to perform outside the region on behalf of U.S. EPA Region 9. In times of a national incident or event, additional areas of response may include all of the remaining States, the Virgin Islands, and Puerto Rico. The contractor shall be able to maintain a 24 hour, seven day a week year-round response capability to support U.S. EPA needs within the region, as well as, outside the region on a backup regional, cross regional, national, and/or international response. The successful contractor shall provide all necessary personnel, materials, equipment, and services in support of the responsibilities and efforts delineated by the PWS. A draft PWS is attached for your information; this document is not in final form and is subject to change. Contractors shall have extensive experience in investigating, assessing, and directly supporting the restoration of a contaminated environment. Activities are described in the PWS and include, but are not limited to: hazardous materials emergency response; planning, preparedness and prevention; environmental assessment and inspection; environmental technical support; data management; and, training. A business does not need to have all the capabilities to perform the entire tasks listed within the SOW, but would need to demonstrate how it it would cover all the tasks. A business may submit its qualifications based on a teaming arrangement with other business (es). In U.S. EPA Region 9, approximately 78% of the projected work will be Response Activities under the Technical Requirements of the PWS. For more information, please visit the following link: http://www.epa.gov/oamsrpod/ersc/start/index.htm It is anticipated that the contract will be an Advisory and Assistance, Indefinite Quantity/Indefinite Delivery (IDIQ) type contract starting around May 2013 with a five (5) year or sixty (60) month period of performance. The 60 month period of performance will consist of a 24 month base period, and two (2) eighteen (18) month award terms options. Work will be ordered through the issuance of task orders. The estimated maximum potential value is $66 million over the five year period. The applicable primary North American Industry Classification System (NAICS) code is 562910, Environmental Remediation Services, with a small business size standard of 500 employees; smaller sub-component NAICS codes include 541620 Environmental Consulting Services with a small business size standard of $14 Million; and 541330 Engineering Services with a small business size standard of $14Million. For more information on size standards under this NAICS code and the Small Business Administration (SBA) small business standards visit: http://www.sba.gov/category/navigation-structure/contracting/contracting-officials/eligibility-size-standards ANY INTERESTED FIRM shall give a brief description of its ability to satisfy all the requirements of the PWS, and shall provide five references of relevance (within the past five (5) years) or currently being performed, which specifically demonstrates the contractor?s ability to successfully satisfy the requirements. As part of the submission of information noted above, Firms shall also provide point of contact information (name, title, telephone number, and email address). Limit responses to 4 pages = 2 physically double-sided papers. Firms shall also provide specific details about personnel capabilities, current technical equipment, or methods of obtaining the necessary equipment, office locations (indicate how your company can respond to the various locations within the required timeframes as listed in the PWS), and quality assurance/quality control procedures currently in place. Specific details shall also describe how the Firm would provide response capabilities to the Pacific Islands that are part of U.S. EPA Region 9, as well as, a catastrophic long term event(s). Responses to this sources sought shall include a list of key personnel who would perform key tasks such as: response actions requiring the appropriate levels of personal protection equipment; a list of necessary equipment in good working condition and trained staff to operate such equipment; and, the ability to support emergency response actions in the field during spills/releases, periods of multiple emergencies, natural and man-made disas ters, and acts of terrorism. The Firm should also describe how it would provide support for Emergency Operations Centers (EOC) and Disaster Field Office staffing under the national Federal Response Plan (FRP) and National Contingency Plan (NCP). Also, describe how the Firm would provide support to a Regional Response Center (RRC) during normal business hours to monitor the Emergency Response Notification System (ENRNS) which is the national system to receive information on spill and releases of oil and hazardous materials. Please limit responses to 12 pages = 6 physically double-sided pages. Social and Environmental submission requirements: potential contractors shall provide its size status for the above referenced NAICS, (i.e. large, small) and whether or not it is a certified HUB Zone, small disadvantaged, woman-owned, veteran, service-disabled veteran-owned, or 8(a) small businesses concern. The U.S. EPA reserves the right to set this action aside for small businesses. If a business submits a response based upon teaming arrangements, it must be in accordance with Federal Acquisition Regulations (FAR) 9.601. If a response to this sources sought intends on forming a teaming arrangement, then this shall be clearly identified with details listing each firm?s capability. Contractors shall describe its ability to meet the Sustainable/Green requirements in the attachment of the PWS entitled, START IV Greening Clean-Ups. Submissions of additional sustainable practices are encouraged. Please limit responses to 4 pages = 2 physically double-sided papers. Responses to this solicitation should be submitted either as a hard copy or electronically with font sizes no smaller than 12 point and on standard 8-1/2? x 11? size paper. Maximum page submission should not exceed 20 double sided pages. The maximum page limit is 20 pages. Electronic submissions shall be in a PDF format and less than 10MB as email boxes in our office have limited capabilities; therefore, it is advised to submit electronic responses 24 hours in advance and verifying electronic submissions were received. Submit responses to both Darlene McGary and Spencer Hamilton, either to the address below or via the following email addresses: mcgary.darlene@epa.gov and hamilton.spencer@epa.gov. Responses are due no later than COB on October 11, 2012. Additional Info: While the primary place of performance is EPA Region 9, the procurement Contracting Officer is EPA Region 5. Contracting Office Address: U.S. Environmental Protection Agency Region 5 Resource Management Division, Acquisition and Assistance Branch, MCC-10J 77 W. Jackson Blvd. Chicago, IL 60604 Point of Contact(s): Darlene McGary Contracting Officer Email: mcgary.darlene@epa.gov Spencer Hamilton Contract Specialist E-Mail: hamilton.spencerspencer@epa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/MMC-10J/SOL-R5-12-00006/listing.html)
 
Record
SN02879523-W 20120914/120913000922-f4cbdc1ca87ef89d2634b63afbabdda8 (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.