Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2006 FBO #1664
MODIFICATION

R -- Region 9 Regional Oversight Contract (ROC)

Notice Date
6/15/2006
 
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-06-15017
 
Response Due
6/30/2006
 
Archive Date
7/30/2006
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. In preparation for a future procurement, the Environmental Protection Agency (EPA) is performing ?market research? to determine potential small business (including small businesses, 8(a) firms, HUBZones, and small disabled veteran owned) that can perform all of the tasks listed in the ?DRAFT? performance work statement that is posted at the website below. The requirement is for technical support to EPA in fulfillment of its responsibilities for oversight and enforcement of both CERCLA and RCRA activities at active, closing, or former Federal facilities, including Base Realignment and Closure (BRAC) installations, Formerly Used Defense Sites (FUDS), and Formerly Used Site Rededial Action Program (FUSRAP) sites. To a much less extent, this contract may be used to provide tecnical support to EPA at non-Federal potentially responsible party (PRP)-lead (I.e. privately-owned) sites. The applicable NAICS code is 562910 with a size limitation standard of 500 employees, according to the Small Business Administration (www.sba.gov) website. Interested firms that meet the categories stated above must submit an electronic copy of a capability statement outlining their company?s capability and capacity to perform the work. In addition, firms must demonstrate that they have the necessary personnel with demonstrated experience, labor, materials, services, equipment and facilities to support the efforts delineated by the ?DRAFT? Performance Work Statement (PWS.) Also, firms must provide their business size status in accordance with the Small Business Administration (www.sba.gov) website for the above referenced NAICS Code they fall within, (i.e., small businesses, 8(a) businesses, HUBZones, small disabled veteran owned businesses or Native American Affairs). Electronic responses shall be limited to 10 pages, including attachments, on 8.5" x 11" pages, 12 font (pitch) written in English, and must be formatted in .pdf format. E-mail the capability statement to the attention of Matthew Raible at raible.matthew@ epa.gov no later than June 30, 2006. The ?DRAFT? PWS can be located at http://www.epa.gov/oam/srpod/index.htm Standard company brochures will not be considered a sufficient response to this Sources Sought. In addition, this requirement has Organizational Conflict of Interest concerns which potential offerors must addressed prior to any award determination and during contract performance to ensure compliance with Agency and Federal Regulations. The Agency has determined that a firm that has activities or relationships with the federal entities listed below may have a significant potential conflict of interest in relation to the requirements of this sources sought. Anderson AFB, NASA- Jet Propulsion Laboratory, Castle AFB, Pearl Harbor Naval Complex, Naval Telecommunication & Computer Area Master Station, Eastern Pacific (NC TAMS), Fort Ord, Moffett Naval Air Station, Alameda Naval Air Station, Camp Pendleton Marine Corps Base, Barstow Marine Corps Logistics Base, Riverbank Army Ammunition Plant, Concord Naval Weapons Station, Tracy Defense Depot, Sharpe Army Depot, Sacramento Army Depot, Hunter?s Point, El Toro Marine Corps Air Station, McClellan Air Force Base, Mather Air Force Base, George Air Force Base, Norton Air Force Base, Travis Air Force Base, Mare Island, Lawrence Livermore National Lab (Site 300), Lawrence Livermore National Lab (Main Site), Laboratory for Energy-Related Health Research (Univ. CA, Davis), Laboratory for Energy-Related Health Research (DOE), William Air Force Base, March Air Force Base, Edwards Air Force Base, Luke Air Force Base, Marine Corps Air Station Yuma, Schofield Barracks. Please note, having a contractual relationship with the following organizations, for the purpose of providing services related to CERCLA or RCRA activities, reuse planning or implementation, or reuse planning or development on sites located on at a Federal facility, may result in a potential conflict of interest: Air Force Center for Environmental Excellence, Southwest Div/Nav Fac/Navy BRAC Program management Office West, Pac Div, US Army Corps of Engineers, Army Environmental Center, Department of Energy's (DOE) Environmental Management Office, DOE's Legacy Management Office, or any other DOE Office responsible for Long-Term Stewardship activities. (some names may have changed because of organizational restructuring).A draft of the provisions and clauses that will be used to determine eligibility for award and to manage potential and actual Organizational Conflicts of Interest for this requirement will be made available during the RFP process. Other interested parties who do not qualify as small business, may still provide information for the creation of a potential bidders? list and expand possible teaming arrangements. Point of contact: Matthew Raible, Contracting Officer, (202) 564-0369 or raible.matthew@epa.gov (Email is preferred)
 
Web Link
The Environmental Protection Agency
(http://www.epa.gov/oam/solicit)
 
Record
SN01071071-W 20060617/060615222203 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.