Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 16, 2008 FBO #2547
SOURCES SOUGHT

R -- Computer Resources Support Services

Notice Date
11/14/2008
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, EPA/Headquarters, 1200 Pennsylvania Ave NW Washington, DC 20460
 
ZIP Code
20460
 
Solicitation Number
PR-HQ-09-10388
 
Response Due
11/28/2008
 
Archive Date
12/28/2009
 
Point of Contact
GENINE MCELROY, Contract Specialist, Phone: 202-654-4748, E-Mail: mcelroy.genine; DIANNE LYLES, Placement Contracting Officer, Phone: 202-564-6111, E-Mail: lyles.dianne@epa.gov<br />
 
Small Business Set-Aside
8a Competitive
 
Description
The U.S. Environmental Protection Agency (US EPA) Office of Acquisition Management (OAM) is conducting market research for potential sources to identify eligible Small Business 8(a) concerns that possess the necessary technical capabilities to provide the Fuels Program Support Group (FPSG) of Computer Resources Support Services (CISD) database support and maintenance service(s) requirement. The FPSG maintains the software and hardware configuration of a Local Area Network (LAN) used to manage Confidential Business Information (CBI) data of reformulated gasoline, anti-dumping, toxics, gasoline sulfur, highway diesel sulfur, renewable fuels standard, fuel and fuel additive registration, health effects testing program and any other programs CISD may be assigned in the future referred to as fuels programs. FPSG also performs a wide variety of data processing functions for CISD and other parts of the Office of Transportation and Air Quality (OATQ) in support of compliance monitoring activities such as the registering of fuels and fuel additive products before their introduction into commercce (the registration of designated F/FA products authorized by sections 211(b) and 211(e) of the Clean Air Act. FPSG is charged with registration of refiners, importers, and oxygenate blends, and collection of gasoline quality data under section 211(k) of the Clean Air Act. The North American Industries Classification System (NAICS) code for this requirement is 541511 and the Standard Industrial Classification (SIC) code is 7371 and the size standard is $23.0 Million. Please note THIS IS NOT A REQUEST FOR PROPOSAL. The US EPA intends to award FIXED PRICE type contracts with a base period and four (4) 12-month option periods. Detailed information on the requirements is provided via Statement of Work (SOW) and if applicable associated exhibits/appendices which are posted to the following web page: (http://www.epa.gov/oam/hpod/index.htm).All potential sources are asked to submit capability packages expressing their interest. The Capability package must be clear, concise, complete and shall include, at a minimum: name and address of firm; size/ownership of business, i.e. large, small, small disadvantaged, 8 (a), Disabled-Veteran, Veteran, Woman owned business, and Hub Zone; number of years in business; a point of contact with name, title, phone, fax and email; Cage code and DUNS number (if available); identify if you are a GSA schedule holder; affiliate contractor (if potential sub) or subcontractors (if potential prime); experience and familiarity with providing the services listed below. In addition, your statement of capabilities must include, as a minimum, the following items: 1) Contract references in the past five years relevant to the requirement to include: contract number, agency supported, whether or not you were a prime or subcontractor, period of performance, original contract valued, final or current contract value, technical monitor and phone/fax number, POC with current phone/fax number, and a brief description of the effort. 2) Company profile: number of employees, annual sales history, locations and if CCR registered. 3) Your company's ability to provide the service for the Program functional areas. The anticipated North American Industries Classification System (NAICS) code for this project is 541511 and the Standard Industrial Classification (SIC) code is 7371 and the size standard is $23,000,000. Please note THIS IS NOT A REQUEST FOR PROPOSAL. A SOLICITATION DOES NOT EXIST AT THIS TIME. Interested 8(a) concerns who believe they have the capability of providing the required services as defined in the SOW are invited to submit a Capabilities Statement. Responses, including the vendor's business status should be mailed to the following:(1) U.S. POSTAL SERVICE ADDRESS:Environmental Protection AgencyBid and Proposal Room, Ariel Rios Building (3802R)ATTN: Genine McElroy or Dianne Lyles (3803R)1200 Pennsylvania Avenue, N.W.Washington, DC 20460; or (2) HAND CARRY/COURIER/OVERNIGHT CARRIER ADDRESS:Environmental Protection AgencyBid and Proposal Room, Ronald Reagan Building, 6th FloorATTN: Genine McElroy or Dianne Lyles (3803R)1300 Pennsylvania Avenue, N.W.Washington, DC 20004 Original Point of Contact Genine McElroy, Contract Specialist, E-mail: mcelroy.genine@epa.gov or Dianne Lyles, Contracting Officer, E-mail: lyles.dianne@epa.gov CAPABILITIES STATEMENTS SHALL BE SUBMITTED NO LATER THAN 2:00 PM EASTERN, November 28, 2008. Information contained in the Capabilities Statements will be used to determine the qualifications of the business community with respect to this requirement. DEPENDING ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT WILL BE SET-ASIDE FOR 8(a) BUSINESSES, OR PROCURED OTHER THAN FULL AND OPEN COMPETITION. No feedback or evaluations will be provided to concerns regarding their individual submissions. NOTE: 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/OR ANY FOLLOW-UP INFORMATION REQUESTS. NO TELEPHONE CALLS AND/OR REQUESTS FOR A SOLICITATION WILL BE ACCEPTED OR ACKNOWLEDGED. COMPANY BROCHURES ARE NOT DESIRED. INFORMATION SHALL FOCUS ON THE CAPABILITY TO PROVIDE SERVICES DESCRIBED IN THE SOW AS DESCRIBED IN THIS DOCUMENT.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=95f4dbdabfa33b4ade5288024138e6ca&tab=core&_cview=1)
 
Place of Performance
Address: 1310 Street NW, Washington, DC<br />
Zip Code: 20004<br />
 
Record
SN01705020-W 20081116/081114220007-95f4dbdabfa33b4ade5288024138e6ca (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.