Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 14, 2022 SAM #7470
SOURCES SOUGHT

R -- R--Economic Modeling, Financial Analysis, Expert Witness Testimony, and Training i

Notice Date
5/12/2022 6:15:59 AM
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
CINCINNATI ACQUISITION DIV (CAD) CINCINNATI OH 45268 USA
 
ZIP Code
45268
 
Solicitation Number
68HERC22R0179
 
Response Due
5/26/2022 1:00:00 PM
 
Archive Date
12/01/2022
 
Point of Contact
Kreacic, Michael D., Phone: 513-487-2104
 
E-Mail Address
Kreacic.Michael@epa.gov
(Kreacic.Michael@epa.gov)
 
Description
THIS IS A SOURCES SOUGHT SYNOPSIS FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION 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. Title: Economic Modeling, Financial Analysis, Expert Witness Testimony, and Training in Support of Environmental Enforcement. The Environmental Protection Agency (EPA) is performing �market research� to identify the capabilities of firms that can provide services to the Office of Enforcement and Compliance (OECA and the Office of Civil Enforcement (OCE) and Office of Criminal Enforcement, Forensics and Training (OCEFT), as well as the Enforcement and Compliance Assurance Divisions (ECAD) and Office of Regional Counsels (ORC) in its support of EPA and state environmental enforcement practitioners with the evaluation of (a) a violator's ability to pay civil penalties, compliance, and/or remediation; (b) a violator's economic benefit of noncompliance; (c) the value of a supplemental environmental project (SEP); and (d) the value of and/or the cost of complying with environmental laws. To be considered a potential source, a firm must demonstrate they are able to provide the necessary personnel and services to support the efforts delineated by the Draft Performance Work Statement. Specific services required will be identified in individual task orders issued by the Contracting Officer and includes: Update and Revise Economic Models; Case Support and Expert Testimony; Financial Analysis Support Helpline; and Support the Development and/or Revision of Enforcement Polices Involving Economic Issues. Due to the nature of the work, there are potential situations where organizational conflict of interest (OCOI) could occur during the life of the contract. OCOI controls will be applied on a case-by-case basis as specific projects affecting particular companies, industries, or facilities as they are identified. The successful contractor shall provide all necessary labor, materials, and services in support of the efforts. A draft copy of the PWS is included as an attachment. Interested parties with the capability of providing any of the services described in the draft PWS posted are invited to submit capability documents with sufficient information that clearly demonstrates their ability to provide the services described in the draft PWS and Anticipated Labor Categories document, including personnel, experience and qualifications. A description of similar services previously or currently provided shall be submitted. Standard company brochures will not be considered a sufficient response to this Sources Sought Synopsis. It is anticipated that the contract will be a single award IDIQ contract (under FAR Part 15) with a five-year ordering period with a target effective date of October 15, 2022. The anticipated contract will also include an option to extend services for up to six months. The contract is expected to have a minimum order amount of $10,000 and a ceiling of $4,500,000. Task Order issued against the IDIQ are anticipated to be Firm Fixed Priced and Cost-Plus Fixed Fee (Term and Completion Type Task Orders) or a combination thereof. The applicable NAICS code is 541611 - Administrative Management and General Management Consulting Services, the size standard is $21.5 Million. In the capability statements information should include: Size status for the above referenced NAICS code, (i.e. large, small) and whether or not they are a certified Hubzone, 8(a), women-owned, small disadvantaged and/or service disabled veteran owned small business concern, point of contact, telephone number, email and interest in proposing on the solicitation when issued. The EPA reserves the right to set this action aside for small businesses if it determines that there are two or more small businesses able to compete in terms of market prices, quality, and delivery. If set aside, for a small business, At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern (FAR 52.219-14 Limitations on Subcontracting (MAR 2020)). Capability statements from small businesses should address their ability to meet this requirement. Capabilities Statements in response to this Sources Sought Synopsis MUST BE SUBMITTED THROUGH THE FEDCONNECT PORTAL MESSAGE CENTER by 15:00 p.m. ES, on May 26, 2022. Any questions regarding the content of this Sources Sought Synopsis announcement must be submitted through the FedConnect portal. You must register with FedConnect to submit documents, questions, and to view responses. FedConnect can be accessed 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. 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 EPA'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. 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. A separate synopsis will be issued for the Request for Proposal (RFP) resulting from this sources sought synopsis. Any resulting contract(s) from the RFP would be a follow-on to GSA Task Order GS-10F-0061N Task Order 68HE0H18F1498 for OECA Civil Enforcement Financial Analysis and Economic Modeling with INDUSTRIAL ECONOMICS, INCORPORATED.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/963b41fbf6a94738967b0bfad10ab9b5/view)
 
Record
SN06326145-F 20220514/220512230110 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.