Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 03, 2014 FBO #4757
SOURCES SOUGHT

F -- Regulation, Evaluation and Technical Support Contract for the Office of Emergenc

Notice Date
12/1/2014
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
SRRPODUS Environmental Protection AgencyWilliam Jefferson Clinton Building1200 Pennsylvania Avenue, N. W.Mail Code: 3805RWashingtonDC20460USA
 
ZIP Code
00000
 
Solicitation Number
SOL-HQ-15-00002
 
Response Due
12/15/2014
 
Archive Date
1/14/2015
 
Point of Contact
Meghan Thomas
 
E-Mail Address
Thomas.Meghan@epa.gov
(Thomas.Meghan@epa.gov)
 
Small Business Set-Aside
N/A
 
Description
The US Environmental Protection Agency (EPA), Office of Acquisition Management (OAM), Superfund RC/RA Regional Procurement Operations Division (SRRPOD) 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, women-owned small business and economically disadvantaged women-owned small business concerns) with the capacity and technical capability necessary to successfully perform the requirements described herein. In addition to considering small business sources, EPA requests that all interested parties (whether submitting a capability statement or not) identify themselves as an interested vendor. This is NOT a solicitation announcement. This is a sources sought announcement only. The purpose of this contract is to provide regulation, evaluation and technical support for the Office of Solid Waste and Emergency Response (OSWER) Office of Emergency Management (OEM). The contractor shall furnish the necessary personnel, supplies, equipment, services and facilities to perform the Draft Statement of Work (SOW). The draft SOW consists of seven (7) general task areas that will be required to provide program support to OEM. These tasks are: (1) technical and analytical support; (2) regulatory support; (3) meeting and conference support; (4) training support; (5) communications and outreach support; (6) Web communications support; and (7) program evaluation, planning and administration support. These services are currently provided by the incumbent, SRA International, Inc under EPA contract EP-W-08-036. The current contract is scheduled to expire on May 4, 2015. The proposed acquisition is valued at approximately $10-15 Million, including all options. The Government anticipates awarding a five year indefinite-delivery indefinite-quantity contract in accordance with the procedures under FAR Part 15, Contracting by Negotiation. The North American Industry Classification System (NAICS) code for this requirement is 541620 - Environmental Consulting Services, with an applicable size standard of $15 million. THIS IS NOT A REQUEST FOR TECHNICAL OR COST PROPOSALS. This is a sources sought notice for written information only. The purpose of this notice is to invite interested small business concerns to submit a brief capability statement, delineating a business approach for meeting the requirements of the draft SOW. The Government does not intend to award a contract on the basis of this notice nor reimburse the costs incurred by potential offerors in providing the information requested herein. The Draft SOW has been provided as an attachment as part of this posting to FedConnect. The Government requests demonstration of capability by small business firms interested in performing this requirement as a prime contractor through submittal of a capability statement. All capability statements shall: 1.Include company name, address, DUNS, phone and principal owners including partners, subcontractors and/or joint venture arrangements. 2.Include business classification(s) based on the NAICS in this announcement. 3.State the (a) average number of employees of the concern; (b) average annual receipts based on the last 3 fiscal years; (c) other current business commitments (i.e., contracts, etc.); and (d) a description of the concern's accounting system for estimating and accumulating costs under cost‐reimbursement contracts and whether or not those system(s) have been audited and/or approved by any Government agency. Additionally, indicate if the concern?s accounting system can support hybrid contract types, for instance both cost reimbursement and fixed price or any combination of contract types. 4.Include specific examples of work previously performed in all task areas described in the draft SOW within the past three years. Experience as a subcontractor, partner, joint venture, or key personnel is considered in the same manner as primary experience. Include reference(s) for each example. 5.Include detailed, documented proof of your company?s past experience and/or capability to perform all task areas described in the draft SOW at the estimated level of effort for this requirement. 6.Demonstrate the management capability, corporate structure, and financial capability to meet the needs of the estimated level of effort and scope of this requirement. Note that any resulting solicitation under set‐aside procedures will include FAR 52.219‐14 Limitation on Subcontracting. 7.Not exceed 10 single‐sided pages in length based on font size of no smaller than an 11 point pitch on 8.5" x 11" size pages with margins no less than 1" for the left, right, top and bottom excluding a cover page. Only emailed submissions 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. 8.The Government will only consider information towards market research that falls within the page limitations/restrictions and disregard the remaining pages. 9.Avoid use of excessive marketing lexicon, submission of fancy brochures, unnecessary sales literature, and product puffery. 10.Identify any existing contract(s) or source(s) (e.g. GSA, GWACs) your company is on that would support performing the entire services outlined in the draft SOW for the full performance period. Capability statements shall be responsive to all information items requested herein to allow for an accurate business assessment. Standard brochures and paraphrasing of the SOW will not be considered a sufficient response to this notice. Feedback and/or evaluation information will not be provided to any firm regarding their individual capability statements; and no telephone calls and/or requests for a solicitation will be accepted. EPA requests that all interested parties (whether submitting a capability statement or not) identify themselves as an interested vendor through FedConnect. All responses must be sent via FedConnect. FedConnect is a web portal that connects agencies and contractors to streamline the process of doing business with the federal government. There is no charge to use FedConnect. Contractors can register with at www.fedconnect.net/FedConnect/. For assistance in registering, or for other FedConnect technical questions, contractors should call the FedConnect Help Desk at (800) 899-6665 or email at support@fedconnect.net. The deadline for submitting capability statements is December 15, 2014 by 4:00 PM ET. If you are viewing this notice through the federal business opportunities (FBO) website (www.fbo.gov) please visit FedConnect (www.Fedconnect.net) to access the referenced attachment. Point of Contact: Meghan Thomas Meyers Contracting Officer U.S. EPA/OAM/SRRPOD/HCSC Thomas.meghan@epa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/HQ/SOL-HQ-15-00002/listing.html)
 
Record
SN03584214-W 20141203/141201234305-2403664cc115678617264cdd44721dce (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.