Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2006 FBO #1614
SOURCES SOUGHT

R -- Regulatory Analysis Support for the Assessment of Toxic Substances

Notice Date
4/26/2006
 
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-06-14598
 
Response Due
5/25/2006
 
Archive Date
6/24/2006
 
Small Business Set-Aside
N/A
 
Description
The U.S. Environmental Protection Agency (EPA), Office of Acquisition Management (OAM) is conducting market research, FOR INFORMATION PURPOSES ONLY, to identify any Small Businesses (SBs), Non 8(a) Small Disadvantaged Businesses (SDBs), SBA 8(a) Program Businesses, HubZone Businesses, Service Disabled Veteran Owned Small Businesses (SDVOSBs) and/or Women Owned Small Businesses (WOSBs) that possess the necessary technical capabilities to provide technical support as described in the draft Statement of Work for the EPA's Office of Pollution Prevention and Toxics (OPPT) National Program Chemicals Division (NPCD). The Environmental Protection Agency's (EPA) Office of Pollution Prevention and Toxics (OPPT) has responsibility for establishing policies and programs for chemicals and environmental issues. Currently the chemicals include but are not limited to halogenated aromatic compounds (Polychlorinated biphenyls [PCBs] or dioxins), heavy metals (lead or mercury), and fibers (asbestos, Refractory Ceramic Fibers [RCFs] or other products like vermiculite contaminated with fibers). Current environmental issues include international agreements on chemicals such as mercury and PCBs. These programs are conducted under authorities such as the Toxic Substances Control Act (TSCA), Title X - Residential Lead-Based Paint Hazard Reduction Act of 1992 of the Housing and Community Development Act of 1992 (P.L.102-550), and the Emergency Planning and Community Right-to-Know Act (EPCRA). These chemicals present significant risks to human health and the environment from manufacture, current and past uses, and improper disposal. OPPT's National Program Chemicals Division (NPCD) develops regulations and policies designed to reduce these risks for priority chemicals. NPCD also works on geographic-based programs where TSCA authorities can be used to address threats to human health and the environment. The contractor shall perform work in the following areas related to environmental programs: regulatory support, technical assistance, data collection and analysis, maintenance and support related to historic Agency programs, technical meeting planning, development and production of communications materials and general research and staff assistance to EPA. Some of this support may be needed on a quick turn-around basis (three to five working days). The contractor shall also secure multi-disciplinary support to provide electronic data records management and communications services to uphold the mission of the Office of Pollution Prevention and Toxics. Specific activities include but are not limited to: regional and state program coordination, training, state program development grants, Asbestos School Hazard Abatement Act (ASHAA) loan and grant program, state program assistance and implementation, public education programs and assistance, national lead certification exam, training course provider directories, model course development, and public surveys. Detailed information on the requirement is provided via a draft copy of the Statement of Work (SOW) which will be posted to the following web-page on or about 28 April 2006: http://www.epa.gov/oamhpod1/oppts_grp/0614598/index.htm The applicable North American Industry Classification System (NAICS) code is 541620 with a size standard of $6.5 million for potential socioeconomic program businesses. The current contract is 68-W-03-008 with an approximate maximum value of $7,562,872 over a four year period ending 11 June 2007 with ICF Services Company as the incumbent. The potential contract will be a Cost Plus Fixed Fee (CPFF) Performance Based Service type with a 12-month base period and four 12-month option periods with a maximum estimated cost of approximately $10,000,000. Any interested small business concerns are advised of the language in the Federal Acquisition Regulation (FAR) Section I Clause 52.219-14 "Limitations on Subcontracting" paragraph (b)(1) which states that under a small business set-aside contract for services "at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern." Therefore, the Capabilities Statement should realistically demonstrate how the small business concern would be able to comply with this clause which would be included in any potential contract. Please also note that consultants are considered subcontractors and not employees of the prime contractor. Interested socioeconomic program concerns who believe they have the capability of providing services as defined in the SOW are invited to submit, in writing, a Capabilities Statement with sufficient information within the 10 page limitation. Responses shall demonstrate capabilities/expertise with consideration to the SOW requirements. Responses, including the vendor's business status (e.g.: small, small disadvantaged, minority-owned, 8(a), Hubzone, SDVOSB, WOSB etc) should be e-mailed to: scanio.alan@epa.gov and a hard copy mailed to the following: (1) U.S. POSTAL SERVICE ADDRESS: U.S. EPA - Ariel Rios Building ATTN: Robert M. Minjack (Mail Code 3803R) 1200 Pennsylvania Avenue, N.W. Washington, DC 20460; or (2) HAND CARRY/COURIER/OVERNIGHT CARRIER ADDRESS: U.S. EPA - Ronald Reagan Building ATTN: Robert M. Minjack (Mail Code 3803R) 1300 Pennsylvania Avenue N.W., Washington, DC 20004. CAPABILITY STATEMENTS SHALL BE SUBMITTED NO LATER THAN 1:00 PM EST 25 May 2006. Information contained in the Capability Statements will be used to determine the qualifications of the small business community with respect to this requirement. DEPENDING ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT WILL BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. No feedback or evaluations will be provided to companies regarding their individual Capability Statement. NOTE: THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT AND/OR ANY FOLLOW-UP INFORMATION REQUESTS. NO TELEPHONE CALLS AND/OR REQUESTS FOR A SOLICITATION WILL BE ACCEPTED OR ACKNOWLEDGED. RESPONSES SHALL NOT EXCEED 10 PAGES AND STANDARD COMPANY BROCHURES ARE NOT DESIRED. INFORMATION SHALL FOCUS ON THE CAPABILITY TO PROVIDE TECHNICAL SERVICES AS DEFINED IN THE SOW.
 
Web Link
The Environmental Protection Agency
(http://www.epa.gov/oamhpod1/oppts_grp/0614598/index.htm)
 
Record
SN01035856-W 20060428/060426221314 (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.