Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 24, 2006 FBO #1824
SOURCES SOUGHT

R -- Remediation of Leaking Underground Storage Tanks (LUSTs) in Indian Country

Notice Date
11/22/2006
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
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-07-10319
 
Response Due
12/6/2006
 
Archive Date
1/5/2007
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT NOTICE Remediation of Leaking Underground Storage Tanks (LUSTs) in Indian Country THIS IS A SOURCES SOUGHT ONLY. This is not a solicitation announcement. 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. The United States Environmental Protection Agency (EPA), Superfund/RCRA Regional Procurement Operation Division, Washington, DC, Office of Acquisition Management is currently seeking potential Small Business contractors who can perform all of the Statement of Work (SOW) requirements. The government will use responses to this sources sought synopsis to make appropriate acquisition decisions. The SOW requirements fall under the North American Industry Classification System (NAICS) code 541620. Interested Small Business status contractors must demonstrate in their qualification statement that they are qualified to perform the SOW under this NAICS code. A SOW is posted on the following web page: http://www.epa.gov/oam/srpod/index.htm#sources. This procurement is seeking technical and management services to the Environmental Protection Agency (EPA), Office of Underground Storage Tanks (OUST) to support its Indian Country program to provide corrective action at sites where UST releases have contaminated soil and/or groundwater. It should be noted that nearly all corrective actions are undertaken by UST owners and operators under the supervision of state or local agencies. However, EPA oversees these activities in Indian Country, since EPA has primary responsibility for implementing the Leaking Underground Storage Tanks (LUST) program in Indian Country. OUST seeks to achieve its goal of preventing leaking underground storage tanks by enhancing its regional, state, local and tribal enforcement and response capability. As such, this procurement will provide technical expertise, assistance, and cleanups in Indian Country, and in extremely rare instances, in areas other than Indian Country so that cleanups are more efficient and cost effective. This procurement will be performance-based which implements an integrated "one program" approach to enforcement and site cleanup. In concert with the "one program" approach to enforcement and response, corrective action, enforcement oversight, and emergency response responsibilities are integrated into this single structure. OUST supports early action to reduce immediate risk to human health and the environment by integrating site characterization and response activities, e.g., free product recovery and emergency response, with a focus on creating a streamlined site characterization and decision making process. Tasks under the work areas defined in the Statement of Work will be specified, as needed, in work assignments and/or task orders, and their scope may be modified to reduce redundancies and accelerate cleanups. This procurement provides site characterization, remedial or corrective action, oversight and enforcement assistance, and emergency response activities in Indian County under the Resource Conservation and Recovery Act (RCRA) (Subtitle I), as amended by the Hazardous and Solid Waste Amendments (HSWA) of 1984, and the 1986 Superfund Amendments and Reauthorization Act (SARA). The 1986 Superfund Amendments and Reauthorization Act (SARA), that created a funding mechanism, known as the Leaking Underground Storage Tank (LUST) Trust Fund, provides statutory authority for EPA to oversee responsible party cleanups or for direct-lead cleanups at sites with insolvent, recalcitrant, or unknown responsible parties. The effort under this procurement includes four distinct efforts: (1) Evaluation of LUST Eligible Sites, e.g., attempt to locate responsible parties at the site by, at a minimum, searching and reviewing files of site owners and/or operators and other documents relating to past operators/owners; assisting with EPA efforts to identify the responsible parties at the site, evaluate their ability to pay for cleanup and provide support to EPA for cost recovery activities. (2) Site Assessment/Site Characterization of LUSTs, i.e., site visits to gather and analyze data in support of responding to a potential LUST release, e.g., site management, community relations, site characterization, sampling analyses, analytical support, validation and evaluation of site data, and risk assessment based on EPA?s Indian Country guidance on risk-based decision-making process (RBDM) that supports EPA?s responsibility in implementing the LUST program in Indian country. (3) Remediation of LUSTs, i.e., cleanup support in the major areas that impact the remediation of LUSTs, including initial abatement and emergency response, e.g., emergency response, free product recovery, assisting EPA with the design of corrective action measures and implementation of corrective actions, including work for engineering services. (4) Oversight and Enforcement Responsibilities of LUSTs , i.e., technical field oversight in terms of documenting responsible party performance of field work, e.g., collection of split samples, performing sampling, screening, assessments, validating data, reviewing responsible party submittals associated with planning and implementing the corrective action. THIS IS NOT AN UNDERGROUND STORAGE TANK REMOVAL OR INSTALLATION CONTRACT. Small Business Status Contractors with the capability of providing services defined in the SOW are invited to submit, in writing, sufficient information within the page limitation (maximum. 10 pages) which demonstrates their ability to fulfill the requirements. Responses are necessary to demonstrate capabilities/expertise in all aspects of the SOW and standard company brochures are not desired. Responses, including the contractor?s Small Business status should be mailed to the following address: U.S. EPA, Attn: Mi Suk Cox (Mail Code 3805R) 1200 Pennsylvania Avenue, NW, Washington, DC 20460. HANDCARRY/COURIER/OVERNIGHT CARRIER ADDRESS: U.S. EPA, Ronald Reagan Building, Attn: Mi Suk Cox (3805R) 1300 Pennsylvania Avenue, NW, Washington, DC 20004. Contractors may also submit their Capability Statements to Ms. Mi Suk Cox via email cox.mi@epa.gov. A Capability Statement shall be submitted no later than 3:00 P.M., EST, 5 December 2006. No feedback or evaluations will be provided regarding the information provided. This Sources Sought Synopsis neither constitutes a Request for Quote, nor does it restrict the Government to an ultimate acquisition approach. This Sources Sought Synopsis should not be construed as a commitment by the Government for any purpose.
 
Web Link
The Environmental Protection Agency
(http://www.epa.gov/oam/solicit)
 
Record
SN01185905-W 20061124/061122220953 (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.