SOURCES SOUGHT
F -- Sources Sought for Small Business Response, Engineering, Analytical Contract
- Notice Date
- 5/6/2014
- Notice Type
- Sources Sought
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- SRRPODUS Environmental Protection AgencyAriel Rios Building1200 Pennsylvania Avenue, N. W.Mail Code: 3805RWashingtonDC20460USA
- ZIP Code
- 00000
- Solicitation Number
- SOL-HQ-14-00014
- Response Due
- 5/15/2014
- Archive Date
- 9/30/2014
- Point of Contact
- Nicole A. Hairston
- E-Mail Address
-
Hairston.Nicole@epa.gov
(Hairston.Nicole@epa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The purpose of this Sources Sought Announcement (SSA) is to determine eligibility of small business firms relative to their ability to support the requirement described below and further detailed in the attached draft Performance Work Statement (PWS). The U.S. Environmental Protection Agency (EPA) is issuing this notice as a part of our market research efforts to gain knowledge and obtain information from of potential qualified small business sources and their size classifications relative to NAICS code 541620 Environmental Consulting Services (size standard of $14.0M). EPA requests demonstration of capability by interested small business firms through submittal of a capability statement that addresses the information below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, requests for a copy of the solicitation should not be made. The decision to solicit for a bid shall be solely the Government's discretion. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in response to this notice. Respondents will not be notified of the results of any government assessments. The information received will be utilized to assist in formulating the strategy for competitive procurements. DESCRIPTION OF SERVICES The United States Environmental Protection Agency (USEPA), Office of Acquisition Management, is issuing a sources sought to determine whether qualified small business firms exist to provide scientific and engineering support services that aid the EPA's Environmental Response Team (ERT) with carrying out their mission in support of the Office of Solid Waste and Emergency Response (OSWER), EPA Regional On-Scene Coordinators (OSCs), Remedial Project Managers (RPMs), and other Agency groups. The specific task areas for this requirement are outlined in the attached draft PWS. The scope of support shall include limited on-site work at the ERT-West location in Las Vegas, NV, with the possibility of site specific work throughout the United States of America, and at various international sites as specified. The anticipated principal duty location for this effort is Las Vegas, Nevada, however deployments could be throughout the continental United States. The Government contemplates awarding a Fixed Rate, Indefinite Delivery/Indefinite Quantity (ID/IQ) task order type contract with cost reimbursable Other Direct Costs (ODCs). The period of performance for this contract is anticipated to be for five years with the possibility of options. CAPABILITY STATEMENT The Government requests demonstration of capability by small business firms interested in performing this requirement as a prime contractor through submittal of a written capability statement. Capability statements will be evaluated solely for the purpose of determining if the small business community is capable of performing the services of this requirement. The Government will evaluate the qualifications of interested parties based on their response to this notice and the Performance Work Statement. All capability statements shall address the following information: 1. SOCIOECONOMIC STATUS Include your firm's small business classification(s) designation: (Small business, 8(a), HUBZone, small disadvantaged business [SDB], service‐disabled veteran‐owned small business [SDVOSB], women‐owned small business [WOSB], economically disadvantaged women‐owned small business [EDWOSB], etc.) in your submission based on the NAICS in this announcement. 2. BUSINESS PROFILE Include company name, address, DUNS, phone and principal owners including partners, subcontractors and/or joint venture arrangements. State the (a) average number of employees of the concern; (b) average annual receipts based on the last 3 fiscal years; and (c) a description of your firm?s accounting system for estimating,accumulating, and tracking costs and whether or not those system(s) have been audited and/or approved by any Government agency. Additionally, indicate if the accounting system can support hybrid contract types, for instance both cost reimbursement, time and material, and fixed price or any combination of contract types. 3. CORPORATE EXPERIENCE Provide brief descriptions of projects and contracts currently underway or performed in the past three years related to the task areas described in the draft PWS. Experience as a subcontractor, partner, joint venture, or key personnel is considered in the same manner as primary experience. 4. MANAGEMENT CAPABILITY Provide a description of your firm?s contract management processes, corporate/management structure, and evidence to support your firm?s financial capability and capacity. 5. PAST PERFORMANCE INFORMATION Provide a list of current and previous contracts which your firm has held as a prime contractor, subcontractor, or consultant over the past three years similar in size and complexity to the services required in the attached draft PWS. Detail the contract value, duration, place of performance, and a client information. 6. SUBMISSION The capability statement submitted in response to this notice shall not exceed (10) double-sided pages or twenty (20) single-sided pages in length.. Only emailed submissions are permitted. The submission shall be a searchable PDF file format (a single file) that can be printed on 8.5 x 11 size paper and free from viruses or password protections. The Government is not responsible for receipt of corrupted files and therefore will not attempt to recover the file. The Government will only consider information towards market research that falls within the page limitations/restrictions and disregard the remaining pages. Respondents are encouraged to place keen emphasis on providing content relative to their specific capabilities rather than use of excessive marketing lexicon, submission of fancy brochures, unnecessary sales literature, and product puffery. SUBMISSION INFORMATION FED CONNECT & SYSTEM FOR AWARD MANAGEMENT REGISTRATIONS The synopsis, amendments and other information related to this SSA, as well as any subsequent acquisition notifications, will be posted via FedBizOpps (www.fbo.gov) and FedConnect.All current and potential contractors must use FedConnect which is available at https://www.fedconnect.net/FedConnect/. FedConnect is a web portal that connects agencies and vendors to streamline the process of doing business with the federal government. There is no charge to use FedConnect. Questions regarding the content of the subject announcement must be submitted through the FedConnect portal. You must register with FedConnect as an interested party to submit questions and to view responses. Vendors can register with FedConnect at www.fedconnect.net/FedConnect/. For assistance in registering or for other FedConnect technical questions please call the FedConnect Help Desk at (800) 899-6665 or email at support@fedconnect.net. All information related to this acquisition will be available at these sites through the date of any award. All interested parties are encouraged to continue to regularly check these sites for updates. In addition, all vendors must be registered in the System for Award Management (SAM), as this facilitates registration for FedConnect. Please note that vendors MUST have their SAM profile set to public, otherwise FedConnect will not be able to access the SAM information required to validate vendor credentials. Registration may be completed and information regarding the registration process may be obtained at http://www.sam.gov. There is no charge for registration in SAM. CONTACT INFORMATION Please provide the above information as a searchable PDF file via email only no later than 5:00 pm EST, May 15, 2014 to Dionne Wright and Nicole Hairston at wright.dionne@epa.gov and hairston.nicole@epa.gov. Please place ?SOL-HQ-14-00014 Sources Sought Submission ? REAC? in the subject of the email transmission. No faxes, mail, or phone calls will be accepted. The Government intends to consider all comments and responsive qualification packages when developing its final acquisition strategy and resulting RFP(s). The synopsis, amendments and other information related to this sources sought as well as any subsequent procurement notifications will be posted on FedBizOpps and FedConnect. All interested parties should check these sites frequently for updates. INTERESTED VENDOR LIST In addition to considering this Sources Sought announcement, EPA requests all interested parties (whether submitting a capability statement or not) add their company information to the Interested Vendors List tab associated with this notice on FedBizOpps. Primarily, the interested vendors list will be a point of reference for prospective offerors to find teaming partners and potential subcontractors for this requirement. Additionally, the interested vendors list will aid the Government in its market research efforts. Interested parties can add their company information to the interested vendors list by viewing the synopsis of this sources sought announcement on FedBizOpps (www.fbo.gov) and clicking on the Interested Vendors List tab, then clicking on the Add Me to Interested Vendors button at the bottom of the page, and then following the system instructions.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/HQ/SOL-HQ-14-00014/listing.html)
- Record
- SN03357854-W 20140508/140506234419-de24bc770035dc0a15e73299d6d75d25 (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 |