Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 20, 2003 FBO #0753
SOURCES SOUGHT

R -- ENVIRONMENTAL SERVICES

Notice Date
12/18/2003
 
Notice Type
Sources Sought
 
Contracting Office
NASA/Ames Research Center, JA:M/S 241-1, Moffett Field, CA 94035-1000
 
ZIP Code
94035-1000
 
Solicitation Number
RFP2-38288-WLT
 
Response Due
1/14/2004
 
Archive Date
12/18/2004
 
Point of Contact
Wendy L. Takeguchi, Contracting Officer, Phone (650) 604-3008, Fax (650) 604-3020, Email wtakeguchi@mail.arc.nasa.gov - Dolores M. Morrison, Contracting Officer, Phone (650) 604-3012, Fax (650) 604-3020, Email Dolores.M.Morrison@nasa.gov
 
E-Mail Address
Email your questions to Wendy L. Takeguchi
(wtakeguchi@mail.arc.nasa.gov)
 
Description
DESCRIPTION: THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A SOURCES SOUGHT SYNOPSIS, FOR THE PURPOSE OF GAINING INFORMATION ON POTENTIAL QUALIFIED SOURCES RELATIVE TO NORTH AMERICAN INDUSTRIAL CLASSIFICATION SYSTEM (NAICS) CODE 561210, SIZE STANDARD: $30M. RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS WILL BE USED BY THE GOVERNMENT TO MAKE APPROPRIATE ACQUISITION DECISIONS. REQUIREMENT: NASA-Ames Research Center (ARC) has a requirement to procure services in support of ARC's Environmental Service Program. The functional areas to be supported under this requirement include: ? Environmental Compliance & Hazardous Waste Management ? Pollution Prevention and Sustainability ? Wildlife and Habitat Conservation and NEPA Compliance ? Site Investigation and Restoration ? Environmental Management Systems The contractor will be required to provide services in all disciplines listed above. A complete description of the above functional areas is available in the Statement of Requirements (SOR). BACKGROUND: From 1993 through 1999, the Environmental and Safety Programs were split and two contracts were awarded: 1) The Medical Services was awarded as a CPFF/LOE type contract and 2) the Occupational Safety, Industrial Hygiene and Environmental portion was awarded as a CPAF type contract. The decision to award the follow-on requirement to one contractor was determined to be a more cost effective approach to managing the programs. As a result, the procurement was competed, and awarded to PAI Corporation, a SDB, Woman-Owned, CPAF contract. It was awarded in March 2000 through March 2005. The period of performance includes a 3-year base period and one, 2-year option period. The estimated cost is $38.6M. Due to internal restructuring, transition of resources and budget constraints, ARC believes that splitting the requirements once again into two separate contracts for this next follow-on effort, is the best approach to managing the resources in today's economy, while opening the procurement up to a broader range of competitive sources. Safety Services will be posted under a separate sources sought announcement. ARC contemplates awarding a performance-based Cost-Plus-Award-Fee Contract for a period of five (5) years; a 2-year basic period, one, 2-year option period and one, 1-year option period. Requirements will be requested on Contract Task Orders (CTOs) issued under the basic contract. Offerors having the specialized qualifications and capabilities outlined in the SOR, should submit a capability statement in 5 pages or less, to Ms. Wendy Takeguchi, Contract Specialist, Mail Stop 241-1, Moffett Field, CA 94035-1000 no later than 6:00PM EST, January 14, 2004. Reference RFP2-38288 on all correspondence. Qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement under Full and Open Competition Procedures. Responses should contain the following information: 1) Company name, address, point of contact, phone, fax, e-mail, and website 2) Size of business; Large, Small, Disadvantaged, HUB Zone, 8(a), or Woman-Owned for NAIS code 561210, size standard $30M, number of years in business, affiliate information; parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime) 3) Company capabilities in the 5 functional areas as they relate to the SOR. In responding to this element, please create a table, as described below: a) List the following functions; Environmental Compliance & Hazardous Waste Management, Pollution Prevention and Sustainability, Wildlife and Habitat Conservation and NEPA Compliance, Site Investigation and Restoration, and Environmental Management Systems, then provide the number of years experience your company has in that functional area. 4) Relevant work performed in the past five (5) years. Include contract number and contract type, technical description, dollar amount, period of performance, customer/POC information: name, phone number and e-mail address. Also include relevant work in collaboration with the Environmental community and work that facilitates working partnerships within the industry, as well as relevant experience in the California regulatory environment. 5) Please include any comments you have on the SOR. All questions must be submitted in writing (e-mail or fax). Telephone calls will not be accepted. No solicitation exists. If a solicitation is released, it will be synopsized in the FedBizOpps and the NASA Acquisition Internet Service under RFP2-38288. It is the responsibility of potential offerors to monitor this site for the release of any solicitation and other documents relating to this procurement. This synopsis is for information and planning purposes only, and is not a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. Failure to respond to this synopsis does not preclude a firm from submitting a proposal at a later date.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=21#108312)
 
Record
SN00492442-W 20031220/031218212721 (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.