Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 04, 2015 FBO #4879
SOURCES SOUGHT

A -- Engineering, Chemical, Radiological and Analytical Research and Development - DRAFT Statement of Work (SOW) - DTPH5615SS0001

Notice Date
4/2/2015
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Transportation, Pipeline and Hazardous Materials Safety Administration, PHMSA, 1200 New Jersey Avenue, SE, E22-229, Washington, District of Columbia, 20590
 
ZIP Code
20590
 
Solicitation Number
DTPH5615SS0001
 
Archive Date
5/5/2015
 
Point of Contact
Janella Davis, Phone: 202-366-4059, Warren D. Osterberg, Phone: 202-366-6942
 
E-Mail Address
janella.davis@dot.gov, warren.osterberg@dot.gov
(janella.davis@dot.gov, warren.osterberg@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
DRAFT Statement of Work (SOW) - DTPH5615SS0001 'Engineering, Chemical, Radiological and Analytical Research and Development' RESEARCH AND DEVELOPMENT SOURCES SOUGHT SYNOPSIS : The Pipeline and Hazardous Materials Safety Administration (PHMSA) is issuing this Request for Information (RFI)/Sources Sought Notice (SSN) as a means of conducting market research to identify parties having an interest in and the resources to support the Office of Hazardous Materials Safety (OHMS) requirement for "Engineering, Chemical, Radiological and Analytical Research and Development." The responses to this RFI/SSN (market survey) will be used for informational purposes only. This is not a screening information request or request for proposal of any kind. PHMSA is not seeking or accepting unsolicited proposals. Any information provided by PHMSA at this time is preliminary and may be updated or changed prior to the release of a formal solicitation. The result of this market research will provide PHMSA with feedback, from interested vendors, regarding the quality and clarity of the DRAFT Statement of Work (SOW). The result of this market research will also contribute to determining the method of procurement. Submission of any information (e.g. statements of interest, capability information, and comments on the SOW) in response to this market survey is voluntary; PHMSA will not pay for any information received or costs incurred in preparing the response to the market survey. Therefore, any cost associated with the market survey submission is solely at the interested vendor's expense. BACKGROUND : PHMSA's primary mission under Federal hazardous materials (hazmat) law is to protect people and the environment from the risks inherent in the transportation of hazardous materials. To accomplish this mission, safety regulations must be developed and enforced. It is often necessary to obtain scientific services that are not available within the agency. These services include chemical and radiological components, hazard class or packing group and metallurgical testing to identify chemical constituents as well as other material or equipment functionality. The Office of Hazardous Materials Safety (OHMS) has a continuing need to research, assess, analyze, and in some cases develop products to determine the risks associated with the adequacy and safety of hazmat transportation. OHMS has a need to perform basic and applied research (which is the preferred means of obtaining information concerning hazardous materials issues) of specification and non-specification packages and its components to enhance and improve compliance with the Hazardous Materials Regulations (HMR). The basic and applied research will also be used in chemical and radiological examination to further enhance hazmat safety and reduce risks in the transportation of hazardous materials. This effort (i.e. proposed Indefinite Delivery Indefinite Quantity (IDIQ) contract) is designed to provide immediate responses to requests on a wide range of basic and applied research of hazardous materials transportation. Frequently, unforeseen issues and questions arise that require immediate resolution. To accomplish this, PHMSA must have the ability to initiate task orders quickly in order obtain timely information to guide policy decisions. The timely receipt of the results of these tasks is critical to successful implementation of OHMS policy, decision-making and program planning. The work performed by the contractor(s) under the IDIQ contract, is considered as supplementary support to ongoing efforts within OHMS. OHMS research and development needs are: (1) to model and finite element research of DOT/United Nations (UN) specification and non-specification packages to enhance compliance with the HMR; (2) to improve, develop, validate and recommend chemical and radiological examination methods for the classification of hazardous materials; (3) to analyze newly developed innovations and to assist in the development of the regulatory requirements and engineering research to validate or improve design of packaging; (4) to research/analyze risks of hazardous materials transportation; (5) to research the most economical and beneficial methods of eliminating hazardous materials risks and/or (6) to conduct critical research studies to examine mitigating factors to address risks associated in the transportation of hazardous materials. See the attached DRAFT SOW for more details on the requirement. The applicable North American Industry Classification System (NAICS) code for this procurement is 541990 - All Other Professional, Scientific and Technical Services (size standard: $15 million). If your organization has the potential capacity to perform these contract services, please provide the following information via email to the Primary and Secondary points of contact (POC) listed below. RESPONSES MUST NOT EXCEED A TOTAL OF TEN (10) PAGES. 1. Basic Information: Organization name; address; geographical areas where your company can provide services; website address; POC email address and telephone number; type of ownership for the organization; business size under NAICS code 541990; and applicable small business socioeconomic categories (e.g. Small Business Administration (SBA) certified 8(a), Service Disabled Veteran Owned Small Business, HUBZone, and other small business concerns). 2. Capability Statement: This document should include your organization's capability to provide the services to PHMSA as described in the attached draft SOW (including your organization's ability to meet ALL or SOME of the qualifications detailed in Section XI (Qualifications) of the SOW). If subcontracting or teaming arrangements are anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. A list of all teaming partners with a description of each partner's responsibility should also be provided. The percentage of work that will be completed by eligible small businesses should be included as part of your programmatic approach, if applicable. 3. Current or Previous Experience/Past Performance: Evidence of relevant current or previous experience in similar projects/services that includes not more than three contracts completed within the last five years or still ongoing. Contract numbers, project titles, dollar amounts, and points of contact and telephone numbers should be provided. 4. Pricing Information: Description of your organization's price structure, including salient factors that affect pricing. Also, commercial pricing for services of a similar nature to that described in the draft SOW. 5. Comments concerning the Draft Statement of Work (SOW): The result of this market research will provide PHMSA with feedback, from interested vendors, regarding the quality and clarity of the draft SOW. Specifically, PHMSA is requesting feedback on where the SOW overreaches capability or includes unnecessary activities. Comments concerning this document are optional, but preferred. IF POSSIBLE, please indicate whether or not your organization has the ability to perform AND submit an offer for ALL seven (7) task activities specified in Section IV (Tasks) of the SOW or whether it is more appropriate (and reasonable) for vendors to perform AND submit offers for portions of the SOW (i.e. vendors can perform some but not all of PHMSA's requirements). If it is recommended that PHMSA separate task activities AND request for proposals for some, but not all tasks, please include an explanation/recommendation with suggestions on how the tasks activities should be broken into sections and what elements should be included in each section. DISCLAIMER AND IMPORTANT NOTES: Regardless of the information obtained from this Request for Information/Sources Sought Notice, PHMSA reserves the right to consider any acquisition approach deemed appropriate for this requirement. PHMSA recognizes that your submittal may include proprietary data; if this is the case, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. PHMSA reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. Responses to this RFI/SSN will not be considered adequate responses to any resultant solicitation. BASED ON THE RESPONSES TO THIS RFI/SSN/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION, and it is anticipated that multiple awards MAY be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the aforementioned services are invited to submit a response to this RFI/SSN by 5:00 PM Eastern Time on Monday, April 20, 2015. All responses must be emailed to Janella Davis (janella.davis@dot.gov) AND Warren Osterberg (warren.osterberg@dot.gov).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/PHMSA/PHMSAHQ/DTPH5615SS0001/listing.html)
 
Record
SN03687182-W 20150404/150402235850-a757c577f243b4205ddab9e9515d53e2 (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.