Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2003 FBO #0722
MODIFICATION

R -- Regional Oversight Contract (ROC)

Notice Date
11/17/2003
 
Notice Type
Modification
 
Contracting Office
Contracts Branch (3PM10) 1650 Arch Street Philadelphia, PA 19103
 
ZIP Code
19103
 
Solicitation Number
PR-R3-04-10008
 
Response Due
12/8/2003
 
Archive Date
1/2/2004
 
Point of Contact
DAVID R. SENDERLING, Contract Specialist, Phone: 215-814-5309, E-Mail: senderling.david@epa.gov; JAMES M. CLARK, Placement Contracting Officer, Phone: 215-814-5198, E-Mail: clark.jim@epa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The response date for this procurement is extended to 12-08-03. The following questions and answers are hereby provided for clarity and to ensure the integrity of the competitive process: (Q) We are interested in the ROC opportunity with EPA Region III (PR-R3-04-1008). It is a total small business set aside. Is this a 100% set aside? Partial set aside? Can a contractor team up with small business to bid on this contract. (A) This is a 100% small business set-aside. However, contractors can team up with whomever they want. Team contractors can either be small or large business. However, if a team subcontractor is a large business, 51% of the work has to be completed by the small business members of the team. From a competitive standpoint, if there is any area of expertise that your firm may not be that strong technically, it may be wise to consider partnering with other competent firms... (Q)Is there a webpage other than what you sent me and is on the FBO website that contains more information on what is being requested? (A)No (Q)Is the address given for delivery the same for US Postal as well as overnight delivery services? (A)Yes. But, contractor's are responsible for getting their submission to EPA by the designated date and time. Just by sending the package overnight does not necessarily guarantee that EPA will have the submission at the designated date and time... (Q)Will fax responses be accepted? If so, is there a fax number? (A)Sure, but same applies as above. If the machine doesn't work in the last minute, the submittal is still going to be considered late. (F)215-814-5211 (Q)Can responses be sent electronically? (A)Electronic submissions are acceptable, but same applies as above. If the machine doesn't work in the last minute, the submittal is still going to be considered late. The following e-mail addresses should both be used: senderling.david@epa.gov and clark.jim@epa.gov (Q)How soon after December 8th will a COI Plan and QMP be required? (A)Only the selected firm is required to submit these documents. Submission is expected to be in the January or February 2004 time frame. (Q)Will all subcontractors have to supply an SF254 with the proposal or just the prime contractor? (A)Yes. All team subcontractors should be represented with the 254s and 255s. (Q)Can Block # 7 on SF255 for additional subcontractors be added on addendum sheets? (A)Yes. There is no reason contractor's can't use addendum sheets. Qualifications should address the criteria. (Q)Can Block # 10 on SF255 be continued on addendum sheets? (A)Yes. There is no reason contractor's can't use addendum sheets. Qualifications should address the criteria. (Q)Is there an incumbent or someone currently performing similar work? If so, can you tell us who that is and contract number? (A) The incumbent contractor is Techlaw, Contract # 68-W-00-108. (Q)Is this the first time this project is bid as stated? (A)This is the first time EPA will be using a PBSC SOW. This is also the first time ROC will be placed and administered by a regional contracting officer. However, this is third generation of ROC for the Region. (Q)Last award price? (A)It was a cost plus fixed fee contract for $3.7 million. Approximately, $1.5 million has been spent to date. (Q)Understand that you are the Point Of Contact for the ROC for Federal Facilities, FUDS or FUSRAP sites Region III-Small Business set aside. Can you tell me if there is any other similar term contracts currently being advertised and/or considered for other regions? (A)There are other ROC contracts that will be awarded by EPA HQ at a later date. Region III may be the only region placing their our own ROC. Region III will be the first ROC awarded. Note, the Region III ROC will probably be the only award using the Brooks Act A-E procedures to place the award. EPA HQ historically has used source selection procedures to place the ROC awards. (Q)Please clarify the pre-award potential conflict of interest referenced in the above presolicitation. Does it mean that a firm having an existing contract with a Federal agency (other than EPA) that covers the scope of services at federal facilities in EPA Region 3 is excluded from responding to this solicitation, or, is the COI based on a site-specific basis (i.e.,individual task orders). (A) No. Contractors will not be excluded for performing on other federal facilities in Region III. Quite the contrary, EPA is seeking firms with experience for this ROC placement. COI determinations will primarily be based on site specific basis. However, prior to issuing a work assignment/task order in post award, EPA will ensure that the contractor is objective by reviewing the appropriate information and answering these questions: 1. Has the contractor performed work at the site for the federal facility or PRPs? 2. Has the contractor performed similar or related services for the federal facility or PRPs at other sites within the past 3 years? 3. Has the contractor performed other services for the federal facility or PRPs within the past 3 years? 4. Does the contractor have financial relationships with the federal facility or PRPs and their respective affiliates, subsidiaries and parents? 5. Are there any other sensitive factors, visibility or management concerns? (Q)It seems that if the case is the former then small businesses with the requisite technical capabilities will be excluded. In particular, those firms that have sufficient FUSRAP, munitions (i.e., range and UXO) experience are the ones that likely have other Federal contracts. I would appreciate some general guidance on this issue. (A) Region III concurs with this assessment, which is why the Limitation of Future Contracting (LOFC) clause is currently being amended. (Q) How many hard copies of the response package should we provide to EPA? (A) One is the minimum, but five copies would be helpful for review purposes. (Q) Should we also include an electronic copy? (A) Not required. (Q) Are there any limitations on number of pages, number of projects or number of resumes to be included in our response? (A) No (Q) In order to most clearly present the required information, it would be our typical practice to use color and graphical information in our response package. Is such an approach acceptable? (A) Yes (Q) Will there be a Limitation of Future Contracting (LOFC) clause in the resulting contract? If so, is it expected that the language will mirror the COI language included in the Notice? (A) See answer above. The clause will be different. SUBJECT: R ? Regional Oversight Contract (ROC) for Federal facilities, FUDS, or FUSRAP sites in EPA Region III, which includes the states of Pennsylvania, Maryland, Delaware, Virginia, West Virginia, and the District of Columbia. POC: David Senderling, (P)215-814-5309, (F)215-814-5211, senderling.david@epa.gov DESC: The U.S. Environmental Protection Agency (EPA) requires professional architect/engineer (A&E) services to support the Agency in its mission of oversight and enforcement of both Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) and Resource Conservation and Recovery Act (RCRA) activities at sites located at active, closing, closed, or former Federal facilities, including a Formerly Used Defense Site (FUDS) or Formerly Used Site Remedial Action Program (FUSRAP) site, and, to a lesser extent, non-Federal facilities within the geographic boundaries of EPA Region III. The Federal Facilities Compliance Act of 1992 waives sovereign immunity for Federal hazardous waste generators. CERCLA ?120 and ?6001 delegate extensive oversight responsibilities to EPA for hazardous waste remediation projects at Federal facilities. To fulfill these responsibilities, EPA reviews technical documents generated by the facility (or its contractor), approves remedies, oversees removals, assists in deliberations leading to agreements with other Federal agencies or non-Federal potentially responsible parties (PRPs), and determines appropriate penalties where necessary. The successful offeror will be required to demonstrate competency in the following areas: technical document review; meeting support; field activities and data review; and technical support for such activities as CERCLA Site Assessments, Remedial Investigations/ Feasibility Studies, Removals, Remedial Designs, post-Record of Decision (ROD) actions, community involvement and outreach, data management services, military munitions response services, radiation, and negotiations. For purposes of this procurement, the Agency considers an offeror to have pre-award potential conflict of interest (COI) if the offeror currently holds a prime contract or subcontract with any party (other than EPA) for work related to CERCLA or RCRA activities, remedial planning or implementation, or reuse planning or development at sites located at an active, closing, closed, or former Federal facility within EPA Region III. Any such potential conflict will be evaluated by EPA prior to award. This procurement is a small business set-aside using NAICs code 562910, Environmental Remediation Services (firms with 500 employees or less) and will result in the competitive award of one (1) indefinite delivery/indefinite quantity (ID/IQ)-type contract with a minimum guarantee of $10,000 and maximum of $4 miservices, with respect to cost control, quality of work, and schedule adherence. 5. Firm's geographic location and familiarity with the localities within EPA Region III. The selected firm will be required to submit a cost proposal, contract management plan, internal COI procedures, quality assurance plan, procedures for handling confidential business information, health and safety plan, and plan for delivering analytical services. In order to be awarded a contract, these must be deemed acceptable by EPA and agreement must be reached on a reasonable cost-plus-fixed-fee. Prior to award, the contractor will also be required to have an acceptable accounting system that allows for segregation of costs. Firms interested in responding to this announcement are invited to submit completed SF 254s and 255s to the address shown below by 4:00 P.M. (Eastern) on December 3, 2003. Forms must be RECEIVED at the EPA Region III office by the deadline; postmarks will not suffice. This is not a Request for Proposal. U.S. Environmental Protection Agency Region III Contracts Branch (3PM10) 1650 Arch Street Philadelphia, PA 19103-2029 Attn: David Senderling
 
Web Link
The Environmental Protection Agency
(http://www.epa.gov/oam/solicit)
 
Record
SN00471487-W 20031119/031117212401 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.