Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2008 FBO #2371
DOCUMENT

A -- Risk Assessment Security Program (RASP) Support - Performance Work Statement

Notice Date
5/22/2008
 
Notice Type
Performance Work Statement
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, EPA/Ohio, 26 West Martin Luther King Drive, Cincinnati, Ohio, 45268
 
ZIP Code
45268
 
Solicitation Number
Follow_onto_EPC04021
 
Point of Contact
Tammy A Thomas,, Phone: (513) 487-2030
 
E-Mail Address
thomas.tammya@epa.gov
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT SYNOPSIS FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND 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 AND ANY FOLLOW-UP REQUESTS. NO TELEPHONE CALLS REQUESTING A SOLICITATION WILL BE ACCEPTED OR ACKNOWLEDGED. The Environmental Protection Agency (EPA) is performing market research to identify the capabilities of firms that can provide support to the EPA National Homeland Security Research Center’s (NHSRC) Security Team by providing Security Product Appraisal and Review (SPAR). The NHSRC Security Team is charged with identifying, handling and securing both controlled unclassified information (CUI) and classified National Security Information (NSI). The Security Team ensures that CUI and NSI are quickly identified and controlled to prevent release to our adversaries. Contractor support includes: 1. Providing personnel who are both experts in the field of classification and are also technically knowledgable in the following areas*: a. Threat evaluation and infrastructure vulnerability assessment; b. Chemical and biological agent research, including, but not limited to; i.Live biological agents ii.Chemical and biological simulants and synthetic toxins iii.Weaponizing agents and delivery methods iv.Detection technology, assessment and evaluationv.Modeling and Dispersal vi.Emergency Response Actions vii.Decontamination viii.Disposal c. Radiological agent research, including, but not limited to; i.Radiological agents ii.Weaponizing agents and delivery methods iii.Detection technology, assessment and evaluationiv.Modeling and Dispersal v.Emergency Response Actions vi.Decontamination vii.Disposal * Note: This requirement is critical. The contractor shall possess both expertise in classifying NSI and the scientific knowledge to recognize the emergence of NSI in research efforts on chemical, biological and radiological attack agents. 2. Providing services to identify, mark and control sensitive information possessing risk to persons, programs, missions or National Security, thus mitigating both CUI and NSI risks emerging from NHSRC research. 3. Providing services for the revision of existing classification guidance and the development of new guidance, including project-by-project classification guidance. 4. Providing services to support information security (INFOSEC) requirements for the management and safeguarding of classified NSI. The contractor shall require access to classified information. The facility clearance required and level of safeguarding required is a “SECRET” level clearance. On-site performance at NHSRC facilities in Cincinnati, OH, is required up to 50% of the time. A draft copy of the performance work statement (PWS) is included as an attachment. Interested parties should submit a capability statement with information that clearly demonstrates their capabilities to provide the services described above, including personnel, experience and qualifications. A description of similar services previously or currently provided shall be provided. Standard company brochures will not be considered a sufficient response to this Sources Sought Synopsis. The applicable NAICS code is 541690 with a size standard of $6.5 million in average annual receipts. In the capabilities statements, contractors must provide their size status for the above referenced NAICS code, (i.e. large, small) and whether or not they are a certified hub zone, 8(a), women-owned, small-disadvantaged and/or service disabled veteran owned concern. As a reminder, small businesses are required to perform at least 50 percent of the costs of the contract performance with their own personnel (See FAR 52.219-14) under a procurement set aside for small businesses. The EPA reserves the right to set this action aside for small businesses. Responses to the above should be submitted to Tammy Thomas at thomas.tammya@epa.gov by 5:00 p.m. EST, on June 6, 2008. This sources sought notice and draft performance work statement can also be found on EPA's website: http://www.epa.gov/oam/cinn_cmd.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=67aeba460950ffc09fa1fccc100e55ee&tab=core&_cview=1)
 
Document(s)
Performance Work Statement
 
File Name: Draft Performance Work Statement (08 RASP Support PWS revised.doc)
Link: https://www.fbo.gov//utils/view?id=26d01b5f48cf585205db093a03809f42
Bytes: 111.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN01579626-W 20080524/080522221316-67aeba460950ffc09fa1fccc100e55ee (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.