Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2007 FBO #2062
SOURCES SOUGHT

B -- Revised NEPA Sources Sought Synopsis

Notice Date
7/18/2007
 
Notice Type
Sources Sought
 
Contracting Office
PO Box 5400 Albuquerque, NM
 
ZIP Code
00000
 
Solicitation Number
DE-RP52-07NA28016
 
Response Due
8/1/2007
 
Archive Date
2/1/2008
 
Small Business Set-Aside
N/A
 
Description
REVISED SOURCES SOUGHT SYNOPSIS FOR NEPA ACQUISITION The US Department of Energy seeks qualified small businesses, small business-led teams and joint ventures that qualify as small businesses capable of preparing Environmental Impact Statements (EIS), Environmental Assessments (EA), Environmental Reports (ER), and supporting environmental documentation. During the next five years DOE headquarters program and field offices nationwide, including the National Nuclear Security Administration (NNSA) and Federal Energy Regulatory Commission (FERC) and their offices will require contractor support services for the preparation of Environmental Impact Statements (EISs), Environmental Assessments (EAs) and related documentation under the National Environmental Policy Act (NEPA), environmental reports (ERs) and other documentation required by the Nuclear Regulatory Commission (NRC) in its review of license applications, and environmental documentation required by other State and Federal regulators. DOE plans to issue multiple-award, indefinite delivery/indefinite quantity contracts for the preparation of EISs, EAs, ERs, and other supporting documentation Work may be performed at any of the DOE, NNSA, and FERC sites and programs nationwide. The target date for contract award is January 2008. The total term of the contracts will be five years. Specific EIS, EA, ER, and supporting documentation preparation to be performed under this acquisition will be issued on individual task orders from any DOE, NNSA, and FERC program or site office. Information on current NEPA contracts can be found at http://www.eh.doe.gov/nepa/contracting.html . Technical Requirements Contractors must be capable of supporting preparation of multiple NEPA or related documents and addressing DOE facilities in several widely separated locations simultaneously. The contractor will be required to supply expertise in such fields as chemical engineering, nuclear engineering, health physics, groundwater modeling, accident analysis, radiological issues, transportation analysis, and air quality modeling, in addition to environmental specialties such as ecology, wetlands management, endangered species management, and cultural resources. Examples of actions DOE has evaluated in its NEPA documents include but are not limited to nuclear stockpile management; spent nuclear fuel management; tritium production and extraction; transportation, treatment, storage, and disposal of radioactive and hazardous materials and waste; decommissioning, decontamination, and disposal of nuclear and support facilities; site-wide multi-program analyses of DOE sites; construction and operation of laboratory facilities, including biohazard facilities; electrical power transmission line siting and operation; re-licensing of hydroelectric facilities, permitting of interstate natural gas pipelines; clean coal projects; management of the Strategic Petroleum Reserve; fisheries and wildlife management; wetland replacement and impact mitigation projects; and power marketing actions. In addition, under the Energy Policy Act of 2005 DOE anticipates the need for NEPA support services for reviews of energy conservation initiatives and power generation or alternative fuel production projects using fuels such as biomass and ethanol. Contractors will be expected to have the expertise to address the potential environmental impacts, to include impacts on human health, safety and socioeconomics, of these kinds of projects. Current Contract Environment The six current contracts providing environmental services are multiple-award, indefinite delivery/indefinite quantity contracts with a period of performance either from September 2002 through September 2007 or November 2002 through November 2007. At time of contract award four of those contractors were large businesses and two were small businesses. The business statuses of some of those companies have changed since contract award and the large business contractors are currently Science Applications International Corporation, Tetra Tech Inc, Battelle Memorial Institute, and Potomac-Hudson Engineering Inc. The small business contractors are currently AGEISS Environmental Inc. and Jason Associates Corporation. To date, the Department has awarded forty-two tasks with a total value of over $87 million. The profile of the task award values are as follows: Task Value Range Number of Tasks <$100K 15 $100K up to $1M 13 $1M up to $5M 10 >$5M 4 Teaming Emphasis Given the type, size, and complexity of work envisioned for this requirement, DOE recommends that small businesses should consider teaming arrangement. In accordance with Federal Acquisition Regulation (FAR 9.603), the Government will recognize the integrity and validity of contractor team arrangements; provided the arrangements are identified and company relationships are fully disclosed in an offer or, for arrangements entered into after submission of an offer, before the arrangement becomes effective. A contractor team arrangement is one where two or more companies form a partnership or joint venture to act as a potential prime contractor or a prime contractor agrees with one or more companies to have them act as its subcontractors under a specified Government contract or acquisition program. Small businesses can form a number of teaming arrangements that may include, but not be limited to: prime/sub, an SBA-approved Mentor Prot??g??, a joint venture, an SBA-approved Mentor Prot??g?? Joint Venture. Small businesses should consult applicable regulations related to the teaming approach under consideration to ensure compliance with the size standard (e.g., affiliation rules or subcontracting limitations). Interested small business concerns are requested to submit (1) an expression of interest (EOI) and (2) a statement of capabilities (SOC), no later than 5 PM Mountain Time on 1 August 2007. The NAICS code for this procurement is 541620 Environmental Consulting Services with a size standard of $6.5 M. The expression of interest shall state whether the concern is a Small Business, Small Disadvantaged Business, 8(a) Small Business, HUBZone Small Business, Woman-Owned Small Business, Veteran-owned Small Business or a Service-disabled Veteran-owned small business and shall not exceed two (2) pages. In addition, the EOI may include recommendations for alternative North American Industry Classification System Codes with a discussion supporting the proposal. The SOC shall not exceed ten (10) pages and shall include the interested firm???s complete mailing address, point of contact (name, telephone number, and e-mail address). The SOC shall also disclose any prime/sub, SBA-approved Mentor Prot??g??, joint venture, or SBA-approved Mentor Prot??g?? Joint Venture arrangement. In addition, the SOC shall include the following information ??? for prime/subcontractor arrangement all subcontractors shall be identified to include name, phone number and email address of each subcontractor???s point of contact, for Mentor Prot??g?? arrangement the Mentor shall be identified to include name, phone number and email address of the Mentor???s point of contact, for joint venture arrangement all partners to the joint venture should be identified to include name, phone number and email address of each partner???s point of contact, The SOC shall list the prime contract EIS, EA and ER document (and significant subcontractor) support work performed by all teaming partners since Feb 2003 including the (1) EIS, EA, and ER document title and a brief description, (2) name and address of the contracting activity, (3) name and telephone number of the contracting officer???s technical representative and (4) prime contract number. Contractors must provide a narrative for each EIS, EA or ER addressing how its experience directly relates to the specific technical knowledge and capabilities requirements associated with DOE/NNSA???s NEPA Program as outlined in the Technical Requirements section above. In addition to the above, provide a statement describing how your company might propose to perform the percentage of work specified in Federal Acquisition Regulation 52.219-14(b)(2) -- (At least 50 percent of the cost of the contract incurred for personnel shall be expended for employees of the concern). If two or more business concerns have formed a joint venture or teaming arrangement, identify the demonstrated capabilities of each business to perform the work described in the Technical Requirements section above and the roles and responsibilities of each business in the accomplishment of the requirements. Only electronic copies of the expression of interest and SOC sent to fting@doeal.gov will be accepted. Any questions or comments regarding this announcement should be e-mailed to fting@doeal.gov or submitted thru IIPS. Telephone responses and inquiries will not be accepted. This notice is not a request for proposals and in no way obligates the Government to award any contract. DOE/NNSA will not be responsible for any costs incurred by responding to this Notice. No solicitation exists at this time. Please be advised that all information submitted will be considered procurement sensitive. Information which the Contractor considers ???Bid and Proposal Information??? or ???Proprietary Information??? pursuant to existing laws and regulations must be marked accordingly [see FAR 3.104-1 (3) & (4)]. All respondents to the previous Source Sought Synopsis posted in March 2007 are encouraged to re-submit their information. A draft Performance Work Statement is attached.
 
Web Link
Click here for further details regarding this notice.
(https://e-center.doe.gov/iips/busopor.nsf/UNID/9479FB3ACFB483B68525731B00672AD5?OpenDocument)
 
Record
SN01345255-W 20070720/070718220630 (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.