Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 04, 2006 FBO #1773
SOLICITATION NOTICE

A -- NATA and Risk Assessment

Notice Date
1/10/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
RTP Procurement Operations Division (D143-01) Research Triangle Park, NC 27711
 
ZIP Code
27711
 
Solicitation Number
PR-NC-06-10131
 
Response Due
1/24/2006
 
Point of Contact
NATALIA FISHER-JACKSON, Contract Specialist, Phone: (919) 541-3564 , E-Mail: fisher-jackson.natalia@epa.gov
 
E-Mail Address
NATALIA FISHER-JACKSON
(fisher-jackson.natalia@epa.gov)
 
Small Business Set-Aside
Partial Small Business
 
Description
The Environmental Protection Agency has a requirement to provide support for NATA and Risk Assessment Activities within the Integrated Air Program. The EPA has integrated its air toxics program into four components. The first component is source specific regulatory programs. This component includes the development of MACT standards under section 112(d), MACT or generally available control technology (GACT) standards under 112(k), residual risk standards under 112(f), and other standards to regulate emissions of air toxics from specific sources. The second component includes national, regional, and community-based initiatives on multi-media and cumulative risks, such as the Great Water Program and EPA?s Persistent Bioaccumulative Toxics initiative. The third component, National Air Toxics Assessments (NATA), will provide quantitative estimates of the health risks associated with air toxics on a variety of geographic scales, ranging from national-scale to local-scale assessments. The fourth and final component of EPA?s air toxics program is education and outreach. One of the purposes of this contract is to provide support for risk assessment activities associated with the first component of EPA?s air toxics program. Within the context of this component, EPA evaluates the effects of hazardous and potentially hazardous air pollutants and develops appropriate regulatory strategies. In this role, EPA: (1) identifies, screens, and characterizes air pollutants to determine which should be evaluated further as candidates for being listed as hazardous; (2) reviews and evaluates health and/or ecological assessment documents on hazardous air pollutants; (3) performs risk assessments using EPA methods and models, or other methods and/or models if more appropriate to help guide reasoned decision-making; (4) identifies and evaluates alternative control options; (5) gathers information on production, use, emissions, control technology, control cost, and regulatory status to establish appropriate regulatory development priorities; (6) assesses the effectiveness of EPA and State/local programs in controlling hazardous and criteria pollutants; and (7) coordinates with other EPA offices and Federal and State/local programs to develop appropriate single or multimedia (e.g., air, water, solid waste, and/or other media) regulations. Another purpose of this contract is to provide support for the second, third, and fourth components of EPA?s air toxics program. This will be accomplished by developing assessment tools, conducting assessments, communicating the results of assessments, and educating the public. In addition, as EPA moves forward with its air program, the EPA will be examining the air pollution problem in a more integrated fashion (i.e., considering the cumulative effects of air toxics and criteria pollutants across media rather than conducting separate assessments). This contract will also provide support for these integrated assessments. EPA anticipates the award of two cost-plus fixed fee level of effort type contract with a base period of performance of twelve (12) months, with four (4) additional twelve-month option periods. The total duration of the proposed contracts is sixty (60) months. The first contract, will be awarded on the basis of full and open competition which will consist of 5,100 base quantity labor hours and 15,300 optional quantity labor hours for each of the five (5) periods, for a total contract maximum of 102,000 labor hours. The second contract, will be awarded as a 100% small business set-aside which will consist of 5,100 base quantity labor hours and 15,300 optional quantity labor hours for each of the five (5) periods, for a total contract maximum of 102,000 labor hours. The NAICS Code for this procurement is 541620 with a size standard of 6.5 million. This is an invitation to participate in a pre-solicitation conference. The purpose of the conference is to provide background information concerning the Statement of Work (SOW) to potential offerors and to create an open forum for discussions concerning the objectives of the project. Any and all questions submitted should be directly related to the DRAFT SOW and technical evaluation criteria. There will be no discussion of budget at the conference or any other subject matter that does not directly pertain to the DRAFT SOW or technical evaluation criteria. Both the draft statement of work and evaluation factors are available at http://www.epa.gov/oam/rtp_cmd. The conference will be held on January 31, 2006 from 9:00 AM to 11:00 AM in the Raleigh/Durham area. Specific location information will be provided upon your confirmation of attendance to the conference, which must occur by 12:00 P.M. (EST) on Jan 24, 2006 via email to Natalia Fisher-Jackson at fisher-jackson.natalia@epa.gov. Telephone confirmations are not acceptable for this procurement. Pre-solicitation conference attendance is limited to two (2) individuals that best represent the prospective offeror's company. Any questions and/or comments that you would prefer not to discuss in a group format due to proprietary reasons should be submitted in writing to Natalia Fisher Jackson via email no later than January 23, 2006 and explicitly labeled ?proprietary?. EPA handling of such questions/comments and subsequent responses will be handled in accordance with normal agency procedures for protection of proprietary data. There will be NO reimbursement for travel expenses related to the participation in the pre-solicitation conference. All responses to questions/comments concerning the DRAFT SOW and technical evaluation criteria discussed at the pre-solicitation conference and not deemed proprietary will be compiled and distributed to all interested parties. The RFP will be issued approximately March 6, 2006 and proposals will be due approximately thirty (30) calendar days after the RFP issuance date. The solicitation and amendments will be available at http://www.epa.gov/oam/rtp_cmd. If you obtain a copy of the solicitation via internet, it will be your responsibility to frequently check the same site where the solicitation is posted for any amendments. The Government is not obligated or committed to award any contract as a result of this notice. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-JAN-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 02-OCT-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
The Environmental Protection Agency
(http://www.fbo.gov/spg/EPA/OAM/CMD/PR-NC-06-10131/listing.html)
 
Record
SN01160132-F 20061004/061002222147 (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.