Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 07, 2006 FBO #1776
SOLICITATION NOTICE

B -- Community Program Measures Benefiting Air Quality

Notice Date
10/5/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
RTP Procurement Operations Division (D143-01) Research Triangle Park, NC 27711
 
ZIP Code
27711
 
Solicitation Number
PR-NC-06-10704
 
Response Due
10/20/2006
 
Archive Date
11/19/2006
 
Small Business Set-Aside
N/A
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. QUOTES ARE BEING REQUESTED, AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number is PR-NC-06-10704, and the solicitation is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-12. The associated North American Industry Classification System (NAICS) code is 541620 which has a $6.5 million dollar size standard, however, it is anticipated that the contract will be awarded as a result of full and open competition. The purpose of this notice is to inform all interested parties that the Environmental Protection Agency, Research Triangle Park, NC intends to award a Firm-fixed-price purchase order as a result of this solicitation. Award will be made to a single contractor for all tasks. Background: Across the United States a growing number of areas have adopted citywide greening campaigns, such as ?Sustainable Portland? and ?Climate Responsible Cities?. These communities have established these integrated programs to provide air quality and other environmental and quality of life benefits for their communities. These campaigns have adopted a variety of actions in energy use, transportation planning, and land use, as well as metrics for measuring success on a variety of indicators such as air quality, livability, and traffic volume and congestion. Enough programs are sufficiently established to provide a useful resource for communities wishing to adopt similar campaigns. Purpose: The primary purpose of this project is to conduct a comprehensive inventory of the various measures that U.S. communities, and exemplary international communities, have adopted which provide air quality benefits, as well as other co-benefits. Depending on the availability of funds, two additional optional tasks are possible: (1) evaluation of the effectiveness of the inventoried measures and (2) a methodology for designing a successful program for an interested area. Primary Task 1: Measures Inventory This task is to compile a comprehensive inventory of the types of measures taken by communities in integrated ?greening? programs. The inventory should comprehensively examine sustainability, smart growth, climate, or other integrated community programs, across the U.S. and in select international communities. The inventory should comprise those measures which provide air quality benefits, to include, but not be limited to, land use, energy and transportation measures. Measures should be categorized and sub-categorized, such as, Energy Management: Government Building Energy Retrofits, Use of LED Traffic Signals, and Use of Renewable Energy. For each measure, there should be an indication of what cities have adopted them and their air quality and other benefits. Optional Task 2: Measures effectiveness evaluation Ongoing ?greening? programs are sufficiently established to measure progress and the effectiveness of individual measures in the various programs. These will likely be different from place to place, even for the same types of measures. This option is to evaluate the effectiveness of the various measures in terms of adoption/implementation success and the magnitude of air quality benefits, especially in relation to the cost of the measures and the time required for implementation and results to be achieved. The goal of this option is to identify: Effective and successful measures which are readily transferable and provide air quality and other benefits; and factors influencing the effectiveness and transferability of a measure, such as: Cost of the measure; Ease with which the measure can be explained and understand by a non-technical audience (e.g. scientific complexity); Extent to which the success of a measure is tied to a particular place due to a city?s culture or ?character? (e.g., self-identification as a ?green? community, like Portland); and Degree to which a measure is being pursued to meet a national or international goal such as energy security that may complement or conflict with a ?greening? goal. Optional Task 3: Program Development Guidance This option is to use the information from the first option and develop guidance to communities for tailoring an integrated sustainability program appropriate to their community. How this guidance would be developed should be outlined in the proposal, which will be considered during proposal selection. Place of performance is the contractor's facility. The contractor shall prepare a monthly progress report on technical progress which will be due by the 30th of each month. Deliverables and Schedule: Task 1) Draft report due 3 months from award date, Final report in 4 months; Optional Task 2) Draft report due within 6 months from award date, Final due within 8 months; Optional Task 3) Draft report due within 7 months from award date, Final due within 9 months. The Government reserves the right to exercise the two optional tasks as funds permit. The deliverable due dates may change accordingly. The Project Officer will make the determination for the revised due dates. The Government without prior written notification may exercise these options by issuing a contract modification. Performance Period: Approximately 9 months from date of award. Evaluation criteria - 1) Staff must have demonstrated experience and background in sustainable community programs, smart growth, climate responsible cities, which must be reflected within the submitted proposal; 2) Technical approach; 3) Past Performance - Each offeror submitting a technically acceptable proposal shall be evaluated on performance under existing and prior (within the past 3 years) contracts/subcontracts/orders for services similar to that described in the Statement of Work for this requirement. Provide at least 2 references for related projects conducted in the last 3 years. Include project description, contact person and telephone number. Past performance will be used for responsibility determinations and as a factor against which offerors relative rankings will be compared to ensure the best value to the Government; and 4) PRICE. Award will be made to the offeror whose offer represents the best value to the Government, price and other factors considered. Price each task separately. Technical capability and past performance when combined are significantly more important than cost and price. PAYMENT: Partial payment will be authorized upon acceptance and approval of each (final) deliverable. Contractor must provide a price for each deliverable separately. The government intends to award a Firm-Fixed Price contract to the responsible offeror whose proposal represents the best value to the government. Only offerors submitting technically acceptable proposals shall be considered for award. The following FAR provisions apply to this solicitation: 52.212-1, Instructions to Offerors-Commercial Item; 52.212-2, Evaluation-Commercial Item. All offerors are to INCLUDE WITH THEIR RESPONSE a completed copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items which can be found on EPA's web site. Arrow down to the section of COMMERCIAL BUY CLAUSES AND FORMS which are provided for your convenience. The following FAR clauses apply to this acquisition: 52.212-4, Contract Terms and Conditions-Commercial Items, 52.246-11, Higher Level Contract Quality Requirement, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items and the following additional FAR clauses which are cited in clauses 52.212-5: 52.222-1, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-41, Service Contract Act of 1965, As Amended, and 52.232-34, Payment by Electronic Funds Transfer. Any applicable wage determination(s)(if required) will be made a part of the resultant purchase order. In addition to this Request for Quotation, offerors should check periodically EPAs web site at http://www.epa.gov/oam/rtp_cmd for additional postings. Arrow down to the REQUEST FOR QUOTATION section and click on the solicitation number. Technical questions are to be forwarded via email no later than 12:00 p.m. noon, EST, 13 October 2006 to the Contract Specialist at the following email address: kimble.joy@epa.gov. Please submit two copies of the technical proposal and two copies of the price proposal to Joy Kimble, Contract Specialist, U.S. Environmental Protection Agency, RTP-POD, E105-02, 109 T.W. Alexander Drive, Research Triangle Park, NC 27711. Courier Delivery Address is: U.S. Environmental Protection Agency, RTP-POD, 4930 Page Road, Attn: Joy Kimble, E105-02, Research Triangle Park, NC 27703. All offers are due by October 20, 2006, 12:00 p.m. noon EST. No telephonic or faxed requests or offers will be honored.
 
Web Link
The Environmental Protection Agency
(http://www.epa.gov/oam/solicit)
 
Place of Performance
Address: CONTRACTOR'S FACILITY Durham, NC
Zip Code: 27711
Country: UNITED STATES
 
Record
SN01162276-W 20061007/061005220927 (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.