Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 13, 2016 FBO #5285
SOURCES SOUGHT

R -- Vendor Collaboration

Notice Date
5/11/2016
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Region 5 US Environmental Protection Agency 77 West Jackson Boulevard Chicago IL 60604-3507 USA
 
ZIP Code
00000
 
Solicitation Number
SOL-R5-16-00006
 
Response Due
5/26/2016
 
Archive Date
5/31/2017
 
Point of Contact
Harrison, Thomas
 
Small Business Set-Aside
N/A
 
Description
Reference Number: SSS-R5-16-00006 Notice Type: Vendor Collaboration- Sources Sought Synopsis: This is only a sources sought announcement published for market research purposes. Submitted information will assist the U.S. Environmental Protection Agency (EPA), Region 6, with internal acquisition planning relative to set-aside decisions, and or an appropriate level of completion and/or small business subcontracting goals. THIS IS NOT AN 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 ANY FOLLOW-UP REQUESTS. No telephone calls requesting a solicitation will be accepted or acknowledged. Standard company brochures will not be reviewed. The purpose of this Sources Sought Synopsis is to determine the availability of small businesses, small disadvantaged businesses, HubZone small businesses, woman-owned small businesses, veteran owned small businesses, 8(a) small businesses, etc. capable of meeting the requirements of the attached performance work statement (PWS), as applicable for nationally consistent advisory and assistance to the EPA ¿s On-Scene Coordinators (OSCs) and other federal officials implementing the EPA's responsibilities under the national response system for the Superfund Technical Assessment and Response Team (START) class of contracts. These services primarily support the Emergency Management Branch in the Superfund Division at the EPA, Region 6. The contractor shall be prepared to provide scientific/technical support and align its activities with EPA activities to further the Agency's primary mission: the protection of human health and the environment. The primary performance of work will be conducted within Region 6 (AR, LA, NM, OK, and TX); however, contractors may need to respond to unforeseen national responses and be able to perform outside the region. In times of national response, the additional areas of response may include: Region 1( CT, ME, MA, NH, RI and VT), Region 2 (NY, NJ, Puerto Rico, and the US Virgin Islands), Region 3 (DE, DC, MD, PA, VA, and WV), Region 4 (AL, FL, GA, KY, MS, NC, SC, and TN), Region 5 (IL, IN, MI, MN, OH, and WI); Region 7 (IA, KS, MO and NE), Region 8 (CO, MT, ND, SD, UT, and WY), Region 9 (AZ, CA, HI, NV, American Samoa, and Guam), and Region 10 (AK, ID, OR, and WA). The contractor must be able to maintain a 24-hour, seven days a week, year-round response capability to the EPA's need within the region as well as outside the region on a backup regional, cross regional, national, and international response. The successful contractor shall provide all necessary personnel, materials, and services in support of the responsibilities and efforts delineated by the Performance Work Statement (PWS). A draft PWS will be attached for your information; this document is not in final form and is subject to change. Contractors shall have extensive experience in restoring or directly supporting the restoration of a contaminated environment. The contractor's expertise in assessments and analysis are considered essential to the defense of the Agency. Activities are described in the PWS and include, but are not limited to: preliminary assessments, site inspections, testing, remedial investigations, feasibility studies, engineering evaluation and costs analysis, enforcement support, human health/health ecological risk assessments, and cost recovery. A business does not have to possess all of the capabilities to perform all of each task listed within the PWS, but would need to demonstrate how they would cover all the task. A business may submit its qualifications based on a teaming arrangement with other business(es). In Region 6, approximately 90% of the projected work will be Response Activities under the Technical Requirements of the PWS. It is anticipated that ONE contract will be awarded as an Advisory and Assistance, Indefinite Quantity/Indefinite Delivery (IDIQ) type contract starting around December 2016 with a 60 month base period. Work will be ordered through the issuance of task orders and Technical Direction Documents (TDDs). The estimated maximum potential value is $87 million over the life of the contract, and the minimum award value will be $2,000,000. The applicable primary North American Industry Classification System (NAICS) code is, 541620 Environmental Consulting Services with a small business size standard of $15 Million; for more information on size standards under this NAICS code and the Small Business Administration (SBA) small business standards visit: http://www.sba.gov/category/navigation-structure/contracting/contracting-officials/eligibility-size-standards. ANY INTERESTED FIRM shall give a brief Company Profile that describes its ability to satisfy all the requirements of the PWS as well as respond to the following set of questions: 1. What small business type are you? Please list all small business categories you are in. 2. If you are an 8(a) small business, please provide the date you will graduate from the 8(a) program. 3. Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. 4. Have you ever composed a Quality Assurance Project Plan (QAPP) under the Uniform Federal Policy (UFP) for QAPPs? Was that QAPP approved by EPA or another federal agency? Do you currently have the expertise to prepare a QAPP under the UFP? 5. Have you ever worked under the Incident Command System (ICS)? If so, describe your role. What, if any, Incident Command System (ICS) training do require of your staff? 6. What demonstrated ability do you have in maintaining a 24-hour, seven days a week, year-round emergency response program in support of the National Contingency Plan (NCP) and/or National Response Framework (NRF); this demonstrated ability includes providing support during spills/releases, periods of multiple emergencies, disasters, and terrorist acts? Please provide up to three examples of Emergency Response actions you have supported during the last three years. Examples should describe: the site, your role, cleanup strategies considered or chosen where applicable, equipment used, personal protective equipment (PPE) used, QAPP/QASP/Data Management Plans developed, and Information Technology (Enterprise and Mobile Application) solutions implemented. Please provide up to three examples of Stafford Act Disaster Response or large scale Comprehensive Environmental Response, Compensation and Liability Act(CERCLA) or Oil Pollution Act (OPA) Response actions you have supported during the last five years. Examples should describe your role, scope of your support to the response, the level of response resources deployed to the response and your ability to accommodate resource surge requirements. 7. What experience do you have with other CERCLA projects? Please provide up to three examples of non-removal CERCLA projects that you have worked on during the past three years. Non-removal CERCLA projects include: pre-remedial, remedial, or Brownfields. Pre-Remedial subcategories include: preliminary assessments, site investigations, or hazard ranking system scoring. Remedial subcategories include: remedial investigations, feasibility studies, remedial designs, or treatability studies. Brownfields subcategories include: phase 1 environmental site assessments or phase 2 environmental site assessments. Each example should describe: the site, your role, equipment used, PPE used, plans developed, problems encountered, and how problems were overcome. 8. What experience do you have with other CERCLA projects? Please provide up to three examples of non-removal CERCLA projects that you have worked on during the past three years. Non-removal CERCLA projects include: pre-remedial, remedial, or Brownfields. Pre-Remedial subcategories include: preliminary assessments, site investigations, or hazard ranking system scoring. Remedial subcategories include: remedial investigations, feasibility studies, remedial designs, or treatability studies. Brownfields subcategories include: phase 1 environmental site assessments or phase 2 environmental site assessments. Each example should describe: the site, your role, equipment used, PPE used, plans developed, problems encountered, and how problems were overcome. 9. What is your typical sampling protocol? Please provide examples for sampling various media (air, soil/solids, unknown drums containing solids and liquids (single and multilayered), etc.). Include health and safety protocol as well. 10. What is your firm's experience in Data/Information Management (tabular and Geographic Information Systems (GIS)) and Information Technology (IT) solutions? Please describe your firm's standard approach to incorporating sound data management processes into your field operations. Please describe your firm's data acquisition, verification, validation, and dissemination process for handling large amounts of monitoring and analytical data. Please describe your firm's experience in providing Information Technology solutions (Enterprise and Mobile) that added efficiency in data acquisition and dissemination. Please describe your firm's capabilities in Geographic Information Systems. Please provide examples of up to 3 sites where you managed a large amount of monitoring and analytical data within the last 3 years incorporating your firm's data/information management, GIS, and IT solutions capabilities. 11. Have you ever conducted audits or inspections under the Emergency Planning and Community Right-to-Know Act (EPCRA), Risk Management Plan (RMP), or the Spill Prevention Control and Countermeasures (SPCC)/ Facility Response Plans (FRP) programs? Please provide examples of this experience. 12. Have you ever developed or reviewed Federal, State, local, or Area contingency plans under EPCRA, OPA, or the NCP? Please provide examples of this experience. 13. Have you ever developed, conducted or participated in hazardous materials or oil exercises in coordination with federal, state, or local agencies? Please provide examples of this experience. 14. Have you ever conducted accidental release reviews to determine the cause of the release, or adequacy of the response to the release? Please provide examples of this experience. Submittal Formatting and Page Limits Section: Page limits *Company profile: Maximum one (1) 8.5x11 inch sheet of paper, double sided. Font should be size 12, Times New Roman. If you include graphics, the font must be a minimum of size 10, and it counts against the page limit. *Section 2 (Q1, Q2 and Q3): Maximum one (1) 8.5x11 inch sheet of paper, double sided. Font should be size 12, Times New Roman. If you include a graphic, the font must be a minimum of size 10, and it counts against the page limit. *Section 3 (Q4 through Q14): Maximum of ten (10) 8.5x11 inch sheets of paper, double sided. Each example is limited to one (1) 8.5x11 inch sheet of paper, double sided. Font should be size 12, Times New Roman. If you choose to include graphics, the font must be a minimum of size 10 and counts against the page limit. Social submission requirements: Potential contractors shall provide their size status for the above referenced NAICS, (i.e. large, small) and whether or not they are a certified HUBZone, small disadvantaged, woman-owned, veteran, service-disabled veteran-owned, or 8(a) small businesses concern. The EPA reserves the right to set this action aside for small businesses. If a business submits a response based upon teaming arrangements, it must be in accordance with Federal Acquisition Regulations (FAR) 9.601. If a response to this sources sought intends on forming a teaming arrangement, then this shall be clearly identified with details listing each firm's capability. Electronic submissions shall be in a PDF format and less than 10MB as email boxes in our office have limited capabilities; therefore, it is advised to submit electronic responses 24 hours in advance and verifying electronic submissions were received. Submit responses to both Thomas Harrison and Sara King, either to the address below or via the following email addresses: Harrison.Thomas@epa.gov and King.Sara@epa.gov. Responses are due no later than 2:00 P.M. CST on May 26, 2016. Additional Info: Contracting Office Address: U.S. Environmental Protection Agency Region 5 Resource Management Division, Acquisition and Assistance Branch, MCC-10J 77 W. Jackson Blvd. Chicago, IL 60604 Point of Contact(s): Thomas Harrison Contracting Officer Phone: 312-353-2030 E-Mail: harrison.thomas@epa.gov Sara King Contract Specialist Phone: 312-886-6565 E-Mail: king.sara@epa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/MMC-10J/SOL-R5-16-00006/listing.html)
 
Record
SN04113798-W 20160513/160511234931-e8e995460741bfd726939bdcc2d6df6c (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.