Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2004 FBO #1061
SOURCES SOUGHT

L -- Superfund Technical Assessment and Response Team (START)

Notice Date
10/20/2004
 
Notice Type
Sources Sought
 
Contracting Office
Contracts Section, 10th Floor 77 West Jackson Blvd Chicago, IL 60604
 
ZIP Code
60604
 
Solicitation Number
PR-R5-05-10032
 
Response Due
11/15/2004
 
Archive Date
1/30/2006
 
Small Business Set-Aside
N/A
 
Description
The Environmental Protection Agency (EPA) Region 5 is seeking support for the Superfund Technical Assessment and Response Team (START) class of contracts for the Superfund Division Emergency Response Branch located in EPA's region 5 offices. The purpose of this announcement is to determine the availability of small businesses, small disadvantaged businesses, 8(a) small businesses, HubZone small businesses, woman-owned small businesses, veteran-owned small businesses, and service-disabled veteran-owned small businesses capable of performing the activities included in the statement of work (SOW) for the START III re-competes. EPA is looking for small businesses, small disadvantaged businesses, 8(a) small businesses, HubZone small businesses, woman-owned small businesses, veteran-owned small businesses, and service-disabled veteran-owned small businesses who can perform all of the SOW requirements or portions of the SOW, as applicable for nationally consistent advisory and assistance services to EPA On-Scene Coordinators (OSCs) and other federal officials implementing EPA's responsibilities under the national response system. The contractor shall be prepared to provide scientific/technical support for EPA activities in furtherance of the agency's primary mission: the protection of human health and the environment. The contractor shall fulfill these responsibilities within the region as well as outside the region on a cross regional response, national response, and international response. These responsibilities are described in the statement of work (SOW), which is attached. It is anticipated that a contract will be awarded for performance within Region 5 (IL, IN, MI, MN, OH, WI) as well as possible performance outside the region in the following areas: Region 1(CT, ME, MA, NH, RI, VT), Region 2 (NY, NJ, Puerto Rico, US Virgin Islands), Region 3, (DE, DC, MD, PA, VA, WV), Region 4 (AL, FL, GA, KY, MS, NC, SC, TN), Region 6 (AR, LA, NM, OK, TX), Region 7 (IA, KS, MO, NE), Region 8 (CO, MT, ND, SD, UT, WY), Region 9 (AZ, CA, HI, NV, American Samoa, Guam), and Region 10 (AK, ID, OR, WA). The resultant contract is anticipated to be time-and-material type contract, with 60-month base period and a 36-month option period. The contractor will be reimbursed for other direct costs incurred during performance of the contract. The estimated maximum potential value of the contract is $75 million over the life of the contract. For more information on the current contracts and to view the anticipated Limitation of Future Contracting clause, please visit the following EPA website: http://www.epa.gov/oamsrpod/ersc/start/index.htm Work will be ordered through the issuance of task orders. The contractor shall provide all personnel, materials, and equipment necessary to perform the SOW tasks. The SOW requirements fall under NAICS code 562910 - Remediation Services. The size standard under this NAICS code is not to exceed 500 employees. For more information on this and other NAICS codes and the Small Business Administrations (SBAs) small business size standards, visit: http://www.census.gov/epcd/www/naics.html and http://www.sba.gov/size/indextableofsize.html. Interested small businesses, small disadvantaged businesses, 8(a) small businesses, HubZone small businesses, woman-owned small businesses, veteran-owned small businesses, and service-disabled veteran-owned small businesses must demonstrate in their qualification statements that they are qualified to perform the SOW under this NAICS code. At a minimum, each small business, small disadvantaged business, 8(a) small business, HubZone small business, woman-owned small business, veteran-owned small business, and service-disabled veteran-owned small business shall provide specific details regarding personnel capabilities; current equipment or methods of obtaining the necessary equipment; office location; size of firm (employees/revenue); financial resources; other contracts, both federal and commercial; quality assurance procedures currently in place; and capabilities/experience necessary to perform the SOW or specific tasks of the SOW. No specific format is required. A narrative qualification/capability statement, which demonstrates how a small business will meet all of the requirements of the statement of work, is requested. Specifically, each small business shall provide details regarding personnel capabilities, current equipment or methods of obtaining necessary equipment, office location, size of firm, financial resources, other contracts, quality assurance procedures currently in place, and capabilities/experience necessary to perform the requirements of the SOW. A business does not have to possess all of the capabilities to perform all of the tasks listed within the SOW but would need to demonstrate how they would cover all the tasks. A business may submit its qualifications based upon a teaming arrangement with other business(es). Any other pertinent information may be included. NOTE: In Region 5, 90% of the projected work is focus on Response Activities which is covered in the SOW is under section II Technical Requirements, part A. Response Activities. Specifically, the contractor shall maintain a 24 hour, seven day a week, year round response capability to respond to EPA's need to pursuant to the terms of this contract on a regional, backup regional, cross regional, national and international response. Provide a list of approved personnel who will perform assigned tasks according to the approved tasking documents; provide appropriately qualified personnel with the appropriate levels of personal protection equipment for each response situation; provide all necessary equipment in good working condition and trained staff to operate equipment; support the Regional Response Centers (RRC) and Emergency Response Notification System (NRNS) during spills/releases, and periods of multiple emergencies, disasters and terrorist acts. This includes support for Emergency Operation Centers (EOC) and Disaster Field Offices under the Federal Response Plan (FRP) and National Contingency Plan (NCP). The contractor shall provide requested rapid response services within two (2) hours of the receipt of a written or verbal tasking order for the following Region 5 areas: St. Louis County, Minnesota, South of Latitude 47 Carlton County, Minnesota Anoka County, Minnesota Hennepin County, Minnesota Ramsey County, Minnesota Milwaukee County, Wisconsin Waukesha County, Wisconsin Lake County, Illinois Cook County, Illinois Dupage County, Illinois Madison County, Illinois St. Clair County, Illinois Will County, Illinois Kane County, Illinois Porter County, Indiana Lake County, Indiana Marion County, Indiana Saginaw County, Michigan Bay County, Michigan Midland County, Michigan Oakland County, Michigan Macomb County, Michigan Wayne County, Michigan Monroe County, Michigan Lucas County, Ohio Cuyahoga County, Ohio Franklin County, Ohio Hamilton County, Ohio The contractor shall provide requested rapid response services within twelve (12) hours of the receipt of a written or verbal tasking order for the following Region 5 area: Northwest Minnesota, North of Latitude 47 The contractor shall provide requested rapid response services within eight (8) hours of the receipt of a written or verbal tasking order for the following Region 5 area: Upper Peninsula of Michigan The contractor shall provide requested rapid response services within two (2) to twelve (12) hours of the receipt of a written or verbal tasking order for all other areas of Region 5 not specified above. Small businesses, small disadvantaged businesses, 8(a) small businesses, HubZone small businesses, woman-owned small businesses, and service-disabled veteran-owned small businesses shall submit the requested information in writing by November 15, 2004 to: U.S. EPA, Attn: David Alberts, (MCC-10J) 77 W. Jackson Blvd. Chicago, IL 60604 or by e-mail at alberts.david@epa.gov. If submitting responses via e-mail, please note that the format must be in either WordPerfect, MS Word or PDF format. EPA cannot accept other versions.
 
Web Link
The Environmental Protection Agency
(http://www.epa.gov/oam/solicit)
 
Record
SN00696917-W 20041022/041020212211 (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.