SOURCES SOUGHT
R -- Agency Environmental Sustainability Reporting
- Notice Date
- 6/27/2024 5:04:47 AM
- Notice Type
- Sources Sought
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- ARC DIV PROC SVCS - AFRH PARKERSBURG WV 26101 USA
- ZIP Code
- 26101
- Solicitation Number
- SS-AFRH-24-101
- Response Due
- 7/10/2024 7:00:00 AM
- Archive Date
- 07/10/2024
- Point of Contact
- Kaity Eaton, Greg Johnson
- E-Mail Address
-
purchasing@fiscal.treasury.gov, purchasing@fiscal.treasury.gov
(purchasing@fiscal.treasury.gov, purchasing@fiscal.treasury.gov)
- Description
- INTENT TO SOLE SOURCE Agency Environmental Sustainability Reporting SS-AFRH-24-101 Fiscal Service Procurement on behalf of the Armed Forces Retirement Home in Washington, D.C. (AFRH-W), intends to make a firm-fixed-price award to ICF Incorporated, LLC. for AFRH�s Environmental Sustainability Reporting Services for a base period of 12-months and four (4) 12-month option periods pursuant to FAR Part 6.302-1(b)(1)(i). The proposed acquisition is to acquire services including collecting data related to AFRH�s effective usage of water, energy, fuel, and activities to calculate energy intensity and greenhouse gases in order to create year to year comparison reports related to the original baselines, which are submitted to the Council of Environmental Quality (CEQ) and the Office of Management and Budget (OMB) annually to demonstrate required reductions in both the energy intensity and greenhouse gases for a federal agency per the Energy Independence and Security Act (EISA), and Executive Orders 13423, 13514, 13693, and 14057. Fiscal Service will consider written responses received no later than 10:00a.m. ET on Wednesday July 10, 2024. Responses must include sufficient evidence that clearly shows the vendor is capable of providing the Sustainability Reporting Services. If no written response is received that clearly demonstrates the vendor�s ability to meet all of the salient features of the requirement, then Fiscal Service shall proceed with an award on a sole source basis to ICF Incorporated, LLC. NO SOLICITATION IS AVAILABLE. �A request for more information, or a copy of the solicitation, will not be considered an affirmative response to this Special Notice. Telephone responses or inquiries to this Special Notice will NOT be accepted. Interested vendors shall provide the following: 1. The name and location of your company, contact information, UEI number, and identify your business size (Large Business, Small Business, Disadvantaged Business, 8(a), Service-Disabled Veteran Owned Small Business, HUBZone, etc.) based on NAICS Code 541620 size standard $16.5m. Please ensure contact information includes the name of the point of contact, email address, and telephone number should the Government have questions regarding individual responses. 2. Whether your services are available through a Government contract vehicle or Open Market. 3. A brief capabilities statement (not to exceed 5 pages) that includes a description of your company's standard line of business, as well as a list of customers your company currently provides these products/services for. 4. Complete details of your company�s product that clearly and sufficiently demonstrates that it is an equivalent service to the one stated above without pricing at this time. Responses to this request shall be submitted by email to purchasing@fiscal.treasury.gov, including �SS-AFRH-24-101 Attn: KE/GJ� in the subject line. The following file extensions are not allowable and application materials/data submitted with these extensions cannot be considered: .bat, .cmd, .com, .exe, .pif, .rar, .scr, .vbs, .hta, .cpl, and .zip files. Microsoft Office compatible documents are acceptable. No other information regarding this Special Notice will be provided at this time. This notice does not restrict the Government to an ultimate acquisition approach. All vendors responding to this notice are advised that their response is not a request that will be considered for contract award. �All interested parties will be required to respond to any resultant solicitation separately from their response to this notice if the Government determines there is clearly an equivalent product(s) for the Sustainability Reporting Services required.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/83a0d34056984316b075b30771a4481a/view)
- Place of Performance
- Address: Washington, DC, USA
- Country: USA
- Country: USA
- Record
- SN07111383-F 20240629/240627230125 (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 |