SOLICITATION NOTICE
A -- Urban Watershed Research Facility and Field Tech
- Notice Date
- 8/16/2016
- Notice Type
- Presolicitation
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- CPOD US Environmental Protection Agency 26 West Martin Luther King Drive Mail Code: NWD Cincinnati OH 45268 USA
- ZIP Code
- 00000
- Solicitation Number
- SOL-CI-16-00019
- Response Due
- 9/5/2016
- Archive Date
- 11/30/2016
- Point of Contact
- Tyus, Renita
- Small Business Set-Aside
- Woman Owned Small Business
- Description
- The US Environmental Protection Agency (EPA), Office of Research and Development (ORD), National Risk Management Research Laboratory (NRMRL), Water Supply and Water Resources Division (WSWRD), Urban Watershed Research Facility (UWRF) has a need for contractor support to conduct research, development, and evaluation studies concerning wet weather flows (WWFs). WWF research spans five distinct areas: characterization and problem assessment; watershed management; pollutant impacts; control technologies; and green infrastructure assessment and improvement. The focus of WWF research is developing better risk management decision-support tools and WWF control technologies such as stormwater control measures (SCMs), low impact development (LID), and green infrastructure (GI). The studied technologies include end-of-pipe, upstream pollution prevention, land and water management, and low-structurally intensive approaches. The anticipated contract will support the research conducted under ORD ¿s Safe and Sustainable Water Resources (SSWR) Research Program, Regional Applied Research Program (RARE), and other ORD Programs such as Sustainable and Healthy Communities (SHC). The UWRF is located on the Edison Environmental Center (EEC) in Edison, NJ. ORD established the facility to develop and evaluate the performance and effectiveness of common and innovative WWF management practices. The facility includes various GI SCMs developed for intense monitoring, conveyance systems suitable for controlled condition testing, greenhouses that allow all-season operation, analytical laboratories for on-site analysis of common chemical and microbial stressors, a high-bay engineering development and support area, automated electronic monitoring and automatic sampling equipment, office spaces, rainfall and rooftop sampling capabilities, and storage. The facility includes on-site ancillary equipment including tanks, mixing, and transfer and distribution equipment provide stormwater collected from an adjacent, highly-impervious drainage area. Outdoor facilities include pilot-scale swales, bioretention cells, wet ponds, and wetlands allowing for controlled-condition evaluations of these common control practices. Sewage can be accessed from a local treatment authority for research efforts requiring sanitary waste. Services may include many or all of the following: maintaining the facility equipment, running the bench-, pilot-, and full-scale testing as required; collecting and packaging samples for shipping; collecting and analyzing samples; organizing sample results and providing the data to EPA researchers; installing, downloading, programming and maintaining in-situ monitoring devices; archival database computer services; and other field data efforts. The contractor shall provide assistance to outside users for research conducted at parking lot, swales, rain gardens, and pipelines. It is anticipated that the contract will be an indefinite delivery/indefinite quantity (ID/IQ) single award contract with firm fixed price task orders with an ordering period of 5 years. Approximately 49,200 hours are anticipated for the ordering period. The applicable NAICS code is 541712, Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology) with a size standard of 1,000 employees. The solicitation will be set-aside 100% for Women-Owned Small Business (WOSB). EPA must be able to verify that the offeror is a WOSB prior to award. As a reminder, small businesses are required to perform at least 50 percent of the costs of the contract performance with their own personnel (See FAR 52.219 14) under a procurement set aside for small businesses. A draft PWS detailing the required tasks for this FBO procurement announcement is posted as an attachment on the FedConnect ® web portal. Notices of any modifications to this FBO procurement announcement, including Requests for Proposals and amendments, will be posted using the FedConnect ® web portal. FedConnect ® can be accessed at https://www.fedconnect.net/Fedconnect/. Questions regarding the content of the subject announcement must be submitted through the FedConnect ® portal. Offerors must register with FedConnect ® as an interested party to submit questions and to view responses. FedConnect ® is a web portal that connects agencies and vendors to streamline the process of doing business with the federal government. Through FedConnect ® contractors will be able to receive, review and respond to contract pre- and post-award actions and documents such as correspondence, request for proposals, tasking instruments and contract modifications. The use of FedConnect ® also furthers the EPAÂ ¿s commitment to moving towards a paperless acquisition environment by reducing its carbon footprint and conducting its business in an ecologically friendly manner. There is no charge to use FedConnect ®. 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. 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. THIS NOTICE IS NOT A SOLICITATION. OFFERS WILL NOT BE ACCEPTED UNTIL THE SOLICITATION IS ISSUED THROUGH FEDCONNECT ®. The solicitation is expected to be issued by or on September 5, 2016 through the FedConnect ® portal. The EPA does not intend to mail hard copies of the solicitation. It is the responsibility of the offerors to frequently check the FedConnect ® portal for updates or changes.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/OH/SOL-CI-16-00019/listing.html)
- Record
- SN04226227-W 20160818/160816235809-e129e41846edea401d8687c10fdbc4bb (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 |