Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2005 FBO #1222
MODIFICATION

F -- REMOVAL SUPPORT TEAM 2 (RST2)

Notice Date
3/30/2005
 
Notice Type
Modification
 
Contracting Office
Bid and Proposal Room, Ariel Rios Building (3802R) 1200 Pennsylvania Avenue, N.W. Washington, DC 20460
 
ZIP Code
20460
 
Solicitation Number
PR-HQ-05-10121
 
Small Business Set-Aside
N/A
 
Description
The purpose of this amendment is to : 1. Amend Section L Please find all updated information pertaining to this soliciatation at the following website: http://www.epa.gov/oamsrpod/ersc/startregion2/index.htm . The RST 2 procurement is listed under "Solicitations and Admendments." Proposals are due 04/12/05 by 3:00PM. AMENDMENTS TO THE SOLICITATION as of 3/30/05 1. The Section L clause entitled "INSTRUCTIONS FOR THE PREPARATION OF TECHNICAL AND COST OR PRICING PROPOSALS (EPAAR 1552.215-73) (AUG 1993) DEVIATION" has been modified. The text is as follows: The offerors are directed to FAR 52.215-1, which is incorporated by reference, in Section L of this solicitation. Specifically, the offerors are directed to paragraph (f)(4) of the clause which states, "The Government may award a contract on the basis of initial offers received, without discussions. Therefore, each initial offer should contain the offeror's best terms from a cost or price and technical standpoint." I. General Instructions. The offeror's attention is directed to the provision in Section H of this solicitation entitled, RELEASE OF CONTRACTOR CONFIDENTIAL BUSINESS INFORMATION. The offeror shall submit a cover letter indicating that this proposal is its official offer to the Government. The letter must be signed by an official authorized to bind the offeror. The proposal shall be considered to be firm for a period of not less than 160 days from the due date of the solicitation. The offeror shall submit the following to the Contracting Officer by the date and time listed in block 9 of the SF33: (1) Standard Form (SF) 33, Solicitation, Offer and Award, with blocks 12 through 18 completed by the offeror (as part of the cost proposal); (2) Section K, Representations, Certifications and Other Statements of Offeror, completed by the offeror (as part of the technical proposal); (3) Eight (8) copies of the technical proposal. (4) Three (3) copies of the price/cost proposal. (5) All proposal assumptions (6) Any exceptions or deviations to the terms and conditions. (7) Other Written Documentation Required for the Government's Responsibility Determination. The following should be included under separate tabs in a binder entitled "Plans and Procedures": -Professional Employees Compensation Plan -Standard Emergency Response/Counter-terrorism Procedures -Joint Quality Management Plan/Quality Assurance Project Plan -Health and Safety Plan -Conflict of Interest Plan -Subcontracting Plan The offeror must submit eight (8) copies of the binder entitled "Plans and Procedures". These plans will not be considered as part of the technical evaluation but will be considered as part of the responsibility determination. The Quality Management Plan shall be submitted in accordance with the Section E clause, HIGHER LEVEL CONTRACT QUALITY REQUIREMENT (GOVERNMENT SPECIFICATION) (FAR 52.246-11). These plans shall be submitted separately from the offeror's technical and cost proposal in a binder entitled "Plans and Procedures". (8) Conflict of Interest Plan The offeror shall describe its Organizational Conflict of Interest Plan which outlines the procedures in place to avoid, neutralize or mitigate conflicts of interest, whether real or in appearance, throughout the life of the contract. The plan shall address, step by step, the checks and balances in place to detect potential or actual conflicts of interest, organizationally and with personnel, that could result from activities such as the issuance of a task order or technical direction document, work performed in the past, present or to be performed for a former, current of future client, the corporate acquisition of another business entity, or becoming a part of another business entity. The plan shall not be limited to these areas discussed but should be as comprehensive as possible. Refer to the Attachment# 14 entitled,"Minimum Standards for EPA Contractors' Conflict of Interest Plan". II. Technical and cost proposal instructions: For additional technical and cost proposal instructions see Attachment 11. 2. The Section L clause entitled "SUBMISSION OF CONTRACTOR PLANS" has been modified. The text is as follows: 1. Joint Quality Management Plan/Quality Assurance Project Plan As required by clause E.1, in Section E of the solicitation, the offeror's management plan will be evaluated in accordance with the provision in Section M entitled "Evaluation of Standard Operating Procedures." 2. Conflict of Interest Plan The offeror shall submit, along with its business/cost proposal, an Organizational Conflict of Interest Plan describing the system that will be employed to identify actual or potential conflict of interest situations that may arise as a result of the work under this contract. The offeror will describe the steps that will be taken to avoid or mitigate an actual or potential conflict. The offeror must address both organization and site specific conflicts of interest for past and future work. This plan shall be developed utilizing Attachment 14, "Minimum Standards for EPA Contractors' Conflict of Interest Plans", March 31, 1990, as a guide. An offeror's COI plan will be evaluated in accordance with the section "M" clause entitled "Evaluation of Standard Operating Procedures". **NOTE - In addition to the Attachment 14 entitled, "Minimum Standards for EPA Contractors' Conflict of Interest Plans", offerors shall submit a plan that includes the following: Relevant information about its own on-going or past performance of environmentally-regulated activities and the impact that those activities could have on the firms' judgment and objectivity in performing the contract. Accordingly, for each of the task areas described in the PWS, you are requested to submit to EPA an analysis of the potential for any organizational conflict of interest (OCI) that may occur during performance of the contract as a result of your firm's past or on-going performance of environmentally-regulated activities. In particular, please discuss any activities that are identified on databases such as, but not limited to, EPA's Enforcement and Compliance History Online database (http://www.epa.gov/echo) and EPA's Envirofacts Data Warehouse (http://www/epa.gov/enviro/html/multisystem_query_java.html). Should you identify any such OCIs, please provide your plan to effectively avoid, neutralize, or mitigate the conflict. 3. Health and Safety Plan This plan shall be included in each offeror's proposal as identified in the section M clause entitled "Evaluation of Standard Operating Procedures." This plan will not be incorporated in any resulting contract and is for responsibility determination purposes only. 4. Subcontracting Plan Offerors shall submit along with its Technical Proposal a subcontracting plan that meets the requirements identified in 52.219-9(d) entitled " Small Business Subcontracting Plan." The offeror's subcontracting plan will be evaluated in accordance with the provision in section M entitled "Evaluation of Standard Operating Procedures." 5. Professional Employees Compensation Plan 6. Standard Emergency Response / Counter-terrorism Procedures Point of Contacts: Contract Specialist: Sandra Rivera rivera.sandra@epa.gov Contracting Officer: Gloria J. Kane kane.gloria@epa.gov
 
Web Link
The Environmental Protection Agency
(http://www.epa.gov/oam/solicit)
 
Record
SN00778914-W 20050401/050330212519 (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.