Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 21, 2013 FBO #4288
SOURCES SOUGHT

R -- Environmental Services - Sources Sought

Notice Date
8/19/2013
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, 1225 South Clark Street, Suite 1202, Arlington, Virginia, 22202-4371, United States
 
ZIP Code
22202-4371
 
Solicitation Number
WR0718131006
 
Archive Date
9/18/2013
 
Point of Contact
Wendy Rizzo,
 
E-Mail Address
wendy.s.rizzo.civ@mail.mil
(wendy.s.rizzo.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Performance Work Statement Company Identification Sheet. This document contains the text in the FBO posting in an easier to read format. The Department of Defense (DoD) Washington Headquarters Services (WHS) is conducting market research for information purposes only to determine market capability for providing environmental consulting services to the WHS Facilities Services Directorate (FSD). The purpose of this announcement is to determine all potential sources, particularly those firms that are considered to be small businesses, 8(a)s, small disadvantaged businesses, woman-owned small businesses, historically underutilized business zones, minority-owned small businesses and/or service disabled veteran-owned small businesses. The information attained as a result of this announcement will be used to determine the extent to which this acquisition will be set aside for small business concerns. The objective of this requirement is to provide environmental services and support for WHS facilities in the National Capital Region (NCR). WHS maintains and operates DoD facilities in the NCR. Environmental services are required to ensure that regulations and standards are implemented at NCR facilities. WHS' goal is to ensure that facilities are environmentally compliant and to provide a safe working environment for DoD personnel and contractors. It is anticipated that the majority of the work will be performed at the Pentagon Reservation located in Arlington, VA. The draft Performance Work Statement (PWS) is attached to this notice for informational purposes only. The applicable North American Industry Classification System (NAICS) code for this requirement is 541620, Environmental Consulting Services, with a size standard of $14.0 million average annual receipts. To evaluate the potential number of firms capable of performing the required work, a thorough review of capability statements will be made. Interested firms shall submit to WHS a capability statement that addresses, at a minimum, the following questions. (Note: Company brochures are not acceptable.) QUESTION 1 The following tasks from PWS Section 3 are found to be the most critical to determining vendor capability: PWS 3.6 Conduct Environmental Sampling (Air, Soil, Water, and Waste Permitting Issues) PWS 3.7 Provide Policy Implementation, Documentation, and Management Support for ISEFMS Program PWS 3.9 Environmental Sustainability and Energy Support For each of the three task areas referenced above, please provide information to address the following questions. 1.1 Has your firm performed this task? Was your firm a prime or a subcontractor? Was any portion of the work subcontracted out to another firm? If so, please provide the name of the subcontractor and clearly describe which portion was completed by them. 1.2 Provide a brief summary of the work performed. 1.3 Provide contract numbers, the total dollar amount, and the agency/company for which the services were performed. 1.4 Describe the experience and expertise of personnel involved. Please state which personnel were employed by your firm and which were subcontractors (if applicable). 1.5 Was a quality control plan in place? Please describe the major elements of it. QUESTION 2 Provide supporting information about your firm's capability to work under high-level security procedures and guidelines and to work in highly complex/highly secured facilities. Firms do not need to possess a Facility Clearance but must be capable of attaining one. QUESTION 3 Provide information about your personnel qualifications to support the three task areas identified in question 1, above. For your informational purposes, the Government anticipates requiring the following personnel and qualifications to perform the work: Program Manager: Bachelor of Science degree and five years of practical experience related to the services required in the PWS. Environmental Engineer: Bachelor of Science degree and two years of practical experience related to the services required in the PWS. Sustainability Manager: A 4-year college degree, two years of practical experience related to the services required in the PWS, and Leadership in Energy and Environmental Design (LEED) certification. Environmental Specialist: Bachelor of Science degree and two years of practical experience related to the services required in the PWS. Quality Control Manager: Bachelor of Science degree and 10 years of practical experience related to the services required in the PWS. QUESTION 4 At this time, does your firm intend to submit a proposal if a Request for Proposal is issued? This is for informational purposes only and does not prohibit the firm from deciding otherwise in the future. QUESTION 5 (Note: This question is not for determining a set-aside but to improve the procurement strategy. Information provided in response to this question is NOT included in the page count.) Please provide any input that you believe would be beneficial in helping WHS better describe this requirement. This includes suggestions regarding confusing portions of the PWS, missing information in the PWS, key personnel requirements, etc. Submissions must be received no later than 2:00 PM Eastern on September 3, 2013, to Wendy Rizzo at wendy.s.rizzo.civ@mail.mil. The following items shall be submitted in PDF or Word-compatible format: - Capability statement that addresses questions 1 through 4, above (3 pages MAXIMUM) - Company identification sheet - (Optional) Responses to question 5, above. No late submissions will be accepted. Information submitted will be used to determine the qualifications of the business community with respect to this requirement. DEPENDING ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE, THIS REQUIREMENT WILL BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. No feedback or evaluations will be provided to concerns regarding their individual submissions. NOTE: THIS IS NOT A SOLICITATION 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/OR ANY FOLLOW-UP INFORMATION REQUESTS. NO TELEPHONE CALLS AND/OR REQUESTS FOR A SOLICITATION WILL BE ACCEPTED OR ACKNOWLEDGED. INFORMATION SHALL FOCUS ON THE CAPABILITY TO PROVIDE SERVICES DESCRIBED IN THE DRAFT PWS. Attachments: Company Identification Sheet Draft Performance Work Statement
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/WR0718131006/listing.html)
 
Place of Performance
Address: Pentagon, Arlington, Virginia, 22202, United States
Zip Code: 22202
 
Record
SN03153672-W 20130821/130819235351-0e4712604af5a55dc412e546c9bab8c1 (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.