Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2006 FBO #1732
MODIFICATION

C -- Response Action Contracts - Region 9

Notice Date
8/22/2006
 
Notice Type
Modification
 
NAICS
562910 — Remediation Services
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, Region IX, 75 Hawthrone Street, Mail Code MTS 4-3, San Francisco, CA, 94105
 
ZIP Code
94105
 
Solicitation Number
PROLCHU-6QXP6G
 
Response Due
9/8/2006
 
Archive Date
9/23/2006
 
Point of Contact
Philip Ingram, Contracting Officer, Phone (415) 972-3715, Fax (415) 947-3558, - Philip Ingram, Contracting Officer, Phone (415) 972-3715, Fax (415) 947-3558,
 
E-Mail Address
ingram.philip@epa.gov, ingram.philip@epa.gov
 
Description
The purpose of this modification is to respond to the following questions that have been received from potential contractors. The responses to all questions will be posted as modifications to the Sources Sought Notice, so that all potential contractors will have the same information. It should be remembered that this requirement is still in the planning stages. The purpose of the Sources Sought Notice was to do market research to determine what sources are available to the Government. No final decisions have been made regarding how this requirement will be solicited. 1. QUESTION: Is it possible to arrange a meeting with the Government to discuss the timeframes and procedures for going forward with the requirement? RESPONSE: A number of potential offerers have requested to meet with the Government to discuss the requirement. The Government is not currently holding any meetings for the following reasons: a. The procurement is still in the planning stage and definite decisions have not been made as to how to proceed with the procurement, b. All information about the requirement (including answers to contractors questions) will be posted with the Sources Sought Notice on the FedBizzOpps website, and c. When the actual solicitation begins, a Pre-Proposal Conference will be held with all potential offerers. At that time questions can be asked, and responses will be provided to all potential offerers. 2. QUESTION: Can you provide a better description of what you want in ? 1) site management and 2) remedial action design? RESPONSE: The Performance Work Statement (PWS), Task Inventory and Work Breakdown Structure have been posted at the FedBizzOpps website and at the EPA Office of Acquisition Management (OAM) website (website address was given in Modification #1). These documents should provide the description that you require. 3. QUESTION: Is there any restrictions to submitting as a team? RESPONSE: If the Government determines to set-aside part of this requirement, any teams would need to abide by the applicable eligibility requirements. 4. QUESTION: Can you submit multiple responses as a prime sub relationship? RESPONSE: A firm may propose on both Region 9 RAC procurements but at their own risk. The Agency is intending to award two separate contracts, and it is in the Agency?s interest to have alternate sources available to perform remediation work and this could factor into selection decisions. 5. QUESTION: Is EPA planning on letting this type of contract in FY07? RESPONSE: No, award is planned for FY08. 6. QUESTION: Will there be multiple awards? RESPONSE: This will not be a multiple award as described in FAR 16.504(c). The Government is planning on awarding two separate contracts. One contract will be done using full and open competition. The other contract will be done as a set-aside. The exact nature of the set-aside has not yet been determined. The Sources Sought Notice is being done as market survey to provide additional data to assist in making this determination. Consequently, all interested firms are encouraged to submit their capability statements. 7. QUESTION: The Statement of Work (SOW) indicates that this contract will not be utilized on federal facilities, and that the contract holder may be asked to provide remediation services in Mexico and Canada. Can you please clarify? RESPONSE: The statement is correct. This contract will not be used for work on federal facilities (another contract is available for that type of work). Also, a possibility exists that work might have to be done in Canada or Mexico, and that requirement is part of the Statement if Work (SOW). 8. QUESTION: Your NAICS classification says 562910 Remediation Services. This NAICS has two parts to it. Remediation Services that has a size standard of $13 million in revenue, and the other part, Environmental Remediation that is restricted to firms with less then 500 employees. The text of your Sources Sought Notice uses 500 employees, but calls it Remediation Services. Do you mean Environmental Remediation? RESPONSE: The FedBizzOpps website provides the titles for the NAICS, and for NAICS 562910 it provides Remediation Services. This requirement is for Environmental Remediation, and the size standard used is 500 employees. The response date for this notice is unchanged at September 8, 2006.
 
Record
SN01122528-W 20060824/060822222034 (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.