SOURCES SOUGHT
C -- National Remedial Action Contracts / Multiple Award Competitions (RAC / MAC)
- Notice Date
- 8/22/2013
- Notice Type
- Sources Sought
- NAICS
- 562910
— Remediation Services
- Contracting Office
- Region IIIUS Environmental Protection AgencyContracts Branch (3PM10)1650 Arch StreetPhiladelphiaPA19103-2029USA
- ZIP Code
- 00000
- Solicitation Number
- SOL-R3-13-00006
- Response Due
- 9/27/2013
- Archive Date
- 10/27/2013
- Point of Contact
- James M. Clark
- Small Business Set-Aside
- N/A
- Description
- National Remedial Action Contracts / Multiple Award Competitions (RAC / MAC) 52.215-3 Request for Information or Solicitation for Planning Purposes. (Oct 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although ?proposal? and ?offeror? are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of seeking sources and information for market research as more fully described below. This is a SOURCES SOUGHT / REQUEST FOR INFORMATION (SS/RFI) announcement published for market research purposes. THIS IS NOT AN ANNOUNCEMENT OR REQUEST FOR PROPOSALS. NO CONTRACT WILL BE AWARDED FROM THIS SS/RFI. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT AND/OR ANY FOLLOW-UP REQUESTS. No communications that request additional information or a solicitation will be accepted or acknowledged. Standard company brochures will not be reviewed. EPA is implementing a Remedial Action Framework for the next round of Response Action Contracts. This strategic sourcing is endorsed by the Administrator of EPA and works toward the President?s mandate on more effective contracting. There will be Full and Open National Multiple Award Contracts. Additionally each Region plans to have at least one small business RAC. EPA is performing market research to determine if industry has the capability and capacity to perform the work, on a national level, as described in the attached draft Statement of Work /Performance Work Statement(SOW/PWS). EPA is also seeking input from industry on several questions and issues to help develop and structure the resulting contracts, including the SOW/PWS. A request for SF330s, Architect Engineer Qualifications, will be issued at a later date. EPA intends to award multiple contracts ( as few as two(2), or possibly four (4) or more based upon market research and the needs of the agency. These will be multiple award, task order contracts. EPA anticipates that the multiple contracts will be awarded using a variety of pricing methodologies including firm-fixed price, cost reimbursement, etc. EPA further anticipates that the awards will be made in Fiscal Year 2014. The NAICS code is 562910, Environmental Remediation Services. EPA desires that these contracts include performance of all tasks related to the entire Superfund remedial pipeline from site assessment through construction and operation of remedies (that is, to be ?full service.?) The purpose of these contracts will be to provide national support to EPA and its responsibilities under the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA): the Superfund Act of 1980, as amended by the Superfund Amendments and Reauthorization Act of 1986 (SARA); and the Robert T. Stafford Natural Disaster Act pursuant to the Federal Response Plan (FRP) and other laws to help address and/or mitigate endangerment to public health, welfare or the environment during emergencies and natural disasters; and to support States, tribal governments, local governments, and communities in preparing for and responding to releases of hazardous substances, pollutants and contaminants. These contracts may also be used to support other EPA program s and federal agencies requiring similar services. The Region intends to set aside Regional RACs for small business only. Contracts will be awarded pursuant to the Brooks Act procedures of FAR Subpart 36.6, as Remedial Action Contracts, Multiple Award Competitions (RAC MAC) Indefinite Delivery/Indefinite Quantity Contracts. Resulting Contracts could cover up to a 10 year term, including options, and would cover a significant part of the $500,000,000 annual Superfund remedial budget. Given the uncertain fiscal climate, this estimate may decrease. After award, each Task Order will be subject to a competition process as defined in the RFP and award. The purpose of this SS/RFI is to: 1) identify potential large and small sized businesses sources that can meet the Government?s requirement; 2) obtain suggestions on variable pricing schemes based on regional variations in labor rates, goods and materials, etc., for the requirement on a National level* : 3) to improve the content of the SOW/PWS ; and 4) to obtain information from the marketplace concerning any other areas that may assist the EPA in structuring this RAC MAC for maximum effectiveness and efficiency in performing the required tasks. The successful contractors should be able to provide all necessary personnel, materials, equipment, and services in support of the performance requirements, objectives and standards delineated in the SOW/PWS on a national level. Contractors should have experience in the services listed. A draft SOW/PWS is attached for information purposes only; this document is not in final form and is subject to change. ANY INTERESTED FIRM should provide point of contact information (name, title, telephone number, and email address) where available for the efforts cited above. Interested firms are requested to reply in ?MS Word? format. Interested firms are specifically requested to organize their responses in accordance with the numerical format and content provided below. 1.Provide recommendations or strategies for National pricing strategies to include possibilities such as pricing schemes, potential zone pricing, single price fully loaded labor rates and the advantages and disadvantages of each. If possible, provide actual contract samples that have pricing arrangements for a National level contract. 2.Provide recommendations/experience on tasks and efforts for fixed price contracting 3.Review the draft SOW/PWS and make any suggestions or recommendations for improvement. Please identify areas that are not fully addressed or lack clarity. 4.Describe any Environmentally Preferred Practices that your firm would utilize in performance of the attached SOW/PWS. 5.Provide recommendations and list experience in the process to compete requirements. 6.Identify all available locations that your firm would use to support work, considering that any resultant task orders could be issued simultaneously for work in different regions. 7. Does your firm have the necessary skills mix and experience required for a national contract? 8.What would you identify as the benefits or potential risks of a RAC contract that covers the entire country? 9.List any recommendations for what is needed to make RAC MAC successful. 10.Provide recommended performance measures and provide examples from your current contracts. 11.How would you streamline the current RACs reports of work(e.g. Invoice, Progress Report, etc.) 12.Describe your companies? ability to obtain the necessary subcontracts to support this national effort. 13.What is the scope of your typical remedial action project (in terms of spend, number of FTE?s, etc.)? How many of these projects can you support at once? 14.-What is the current geographic scope of your work in remedial actions. 15.Describe your firm?s ability to provide the actual construction of the remedial action. 16.If you wish to identify your business size as small or large, please do so i/a/w NAICS code 562910. Interested parties are responsible for adequately marking information submitted in response to this RFI that they wish to have treated as confidential with an appropriate designation such as ?Proprietary? or ?Competition Sensitive Information.? EPA will protect and handle such information accordingly. EPA will not return industry responses to this SS / RFI. Email responses to this SS/RFI to clark.jim@epa.gov. Please title the subject line ?RAC MAC.? Responses may be submitted at any time. However, to ensure sufficient time for EPA to fully consider responses in the development of the RAC MAC RFP, early responses are requested to be submitted by Friday, September 27, 2013.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/3PM10/SOL-R3-13-00006/listing.html)
- Record
- SN03158875-W 20130824/130822235931-a356093b1987339a0553a63d39996877 (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 |