Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2006 FBO #1545
SOURCES SOUGHT

R -- Support for Conducting Systems and Performance Surveys of National Atmospheric Monitoring Stations

Notice Date
2/16/2006
 
Notice Type
Sources Sought
 
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-06-13934
 
Response Due
3/3/2006
 
Archive Date
4/2/2006
 
Description
This is not an RFP, but a survey to locate potential service disabled veteran owned small business capable of performing the proposed work. It is anticipated that the Contractor will be required to provide a quality assurance program to evaluate and document the performance of the National Atmospheric Deposition Program (NADP). Primary support of this contract shall be to provide in-field systems and performance survey services (herein after referred to as surveys) to assess and aid the performance and maintenance of the nationwide, long-term wet deposition monitoring networks of the National Atmospheric Deposition Program (NADP). NADP collection stations are currently comprised in three sub-networks which include: precipitation chemistry and wet deposition sites in the National Trends Network (NTN); precipitation chemistry and wet deposition sites in the Atmospheric Integrated Research Monitoring Network (AIRMoN); and measurements of mercury concentrations in precipitation at wet deposition sites in the Mercury Deposition Network (MDN). There are currently over 250 wet deposition sites in the NADP/NTN, over 90 sites in the NADP/MDN, including over 40 that are collocated at NTN sites, and 8 sites in NADP/AIRMoN, including three that are collocated at NTN sites. NADP operates sites throughout the continental United States, Alaska, Canada, Mexico, Puerto Rico, and U.S. Virgin Islands. EPA provides support to the National Acid Deposition Program (NADP), a cooperative, multi-agency network, which measures precipitation chemistry and estimates atmospheric deposition for various pollutant ions and mercury. The surveys are undertaken to provide quality assurance pertaining to siting, sample collection and handling, equipment operation and maintenance, record keeping, reports and field laboratory procedures. Site performance survey reports for the networks must be compatible with, and capable of, being electronically transferred to the data base maintained by NADP. The surveys are essential to providing the quality assurance for NADP?s data analysis and require a high level of skill in audits of air quality monitoring systems and quality assurance, quality control, and data management. The contractor will be responsible for selecting sites for survey and initial communications, making pre-trip travel and other preparations, conducting site surveys, providing technical assistance to site operators, and conducting maintenance. The purpose of this announcement is to determine the availability and capability of service disabled veteran owned small business firms to perform the above-described activities. The NAICS code for this requirement is 541620. Interested service disable veteran owned small businesses must demonstrate in their qualification statements that they are qualified to perform work under this NAICS code. The contract type will be firm fixed price with a one-year base period and four one-year option periods. This is a request for interested service disable veteran owned small business firms to submit a qualification statement of no longer than 10 pages to determine whether or not this procurement will be set aside for service disable veteran owned small businesses. This is not a request for a technical or cost proposal. This request is for information and planning purposes and the Government will not pay or otherwise reimburse respondents for information submitted. Based upon responses received, the Government reserves the right to set aside any and all procurements that may result hereunder for service disabled veteran-owned small businesses. Interested businesses must demonstrate and will be evaluated on specific prior project experience and skill in the following areas: field audits of air quality monitoring and quality assurance, field instrumentation, and data collection and laboratory procedure capabilities. Subcontracting/teaming arrangements are not acceptable. The qualification statement should include: specific prior experience in these areas and should include: specific prior experience in these areas and personnel skills to meet this experience. General information on firm size (employees/revenue), location, financial revenues, other contracts for related work, both federal and commercial should be provided. Service disabled veteran owned small businesses shall submit two (2) copies of the requested information in writing to U.S. EPA, Attn: Denise Roberson (3803R), mailing address, 1200 Pennsylvania Avenue, N.W., Washington, DC 20460 or HAND CARRY/COURIER/OVERNIGHT CARRIER ADDRESS: Environmental Protection Agency Bid and Proposal Room, Ronald Reagan Building, 6th Floor ATTN: Denise Roberson (Mail Code 3803R) 1300 Pennsylvania Avenue, N.W. Washington, DC 20004; NLT 4:30 PM EST March 3, 2006. Information regarding this procurement will be posted to http://www.fbo.gov as it becomes available. Telephonic requests for information will not be honored.
 
Web Link
The Environmental Protection Agency
(http://www.epa.gov/oam/solicit)
 
Record
SN00989992-W 20060218/060216213327 (fbodaily.com)
 
Source
FedBizOpps 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.