Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 20, 2008 FBO #2551
SOURCES SOUGHT

R -- Onsite Administration and Technical Support for the Occupational Health, Safety, Environmental Management, Radiation Safety and Environmental Management System (EMS)

Notice Date
11/18/2008
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, RTP Procurement Operations Division, E105-02, RTP Procurement Operations Division (D143-01) Research Triangle Park, NC 27711
 
ZIP Code
27711
 
Solicitation Number
PR-NC-09-10062
 
Response Due
12/16/2008
 
Archive Date
2/15/2009
 
Point of Contact
STACEY L. WOLEJKO, Contract Specialist, Phone: 919-541-1344, E-Mail: passwaters.stacey@epa.gov<br />
 
Small Business Set-Aside
N/A
 
Description
On-site Administrative and Technical Support for the Occupational Health, Safety, Environmental Management, Radiation Safety and Environmental Management Systems (EMS) The U.S. Environmental Protection Agency, Office of Acquisition Management (EPA/OAM) is conducting market research (for informational purposes only) to identify potential small business sources with capacity and technical capability necessary to perform successfully under the requirements described herein. This is NOT a solicitation announcement. This is a sources sought notice only. The purpose of this sources sought is to gain knowledge of potential qualified sources and their size classifications (Service Disabled Veteran-Owned, Veteran-Owned Small Business, Women-Owned Small Business, HubZone 8(a), 8(a), HubZone, Small Business, Emerging Small Business, small Disadvantaged Business (SBD), and Large Business) relative to the NAICS code 541690 (size standard of $7 Million) Scientific and Technical Consulting Services. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. The decision to solicit for a contract shall be solely the Government?s discretion. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in response. Respondents will not be notified of the results of any Government assessments. The information received will be utilized to assist in formulating the strategy for competitive procurements. The subject requirement provides on-site technical assistance to the federal Office of Research and Development (ORD) Safety, Health, and Environmental Management (SHEM) staff Project office in the implementation of Occupational Safety and Health Administration, Environmental Protection Agency, Nuclear Regulatory Commission, Department of Transportation, and Department of Health and Human Services requirements in the workplace, as well as in the implementation of Environmental Management Systems being implemented across ORD. In addition to supporting the Research Triangle Park, North Carolina (RTP) operations, the contractor may provide assistance to ORD field locations in Rhode Island, Washington DC, Georgia, Ohio, Florida, Oklahoma, Michigan, New Jersey, Minnesota, Nevada and Oregon, as requested by the Project Officer. These services are currently provided by the incumbent, Eastern Research Group, under EPA contract GS-10F-0036K. The current contract is scheduled to exp ire on 30 September 2009. Additional information for this requirement, including a draft Statement of Work (SOW), is attached below. The proposed acquisition is estimated at approximately 31,440 hours, including all options. The Government anticipates awarding a five year, Indefinite Delivery Indefinite Quantity Fixed-Price type contract in accordance with FAR Part 15- Contracting by Negotiation Procedures. To maximize the potential opportunity for small business participation in the acquisition, the Government is seeking input from the small business community regarding their interest and capability in performing some or all of the tasks reflected in the draft SOW. The Government requests demonstration of capability by interested parties through submittal of a brief capability statement. The Government will evaluate the qualification of interested parties based on their response regarding capability per the draft SOW. Capability statements must address technical competencies, and management/personnel experience relative to: (1) the key tasks areas in the draft SOW; and (2) the overall business demands of the proposed acquisition for the best mix of cost, performance and schedules. In addition, capability statements should address the concern?s capacity to manage the anticipated volume of work under this requirement. Finally, general financial and organizational information should be provided with regard to the following items: (1) average number of employees of the concern; (2) average annual receipts based on the last 3 fiscal years; and (3) a description of other current business commitments (i.e., contracts, etc.). Interested parties should be concise in their capability statements, and limit responses to no more than 10 pages. Capability statements should be responsive to all information items requested herein to allow for an accurate business assessment. Standard brochure and paraphrasing of the SOW will not be considered a sufficient response to this notice. Feedback and/or evaluation information will not be provided to any firm regarding their individual capability statements; and no telephone calls and/or requests for a solicitation will be accepted or acknowledged. All responses should be sent via the e-mail link below. The deadline for submitting capability statements is December 16, 2008 at 5:00 PM ET. The point of contact for this requirement is Stacey Passwaters, Contract Specialist, at passwaters.stacey@epa.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2caabe47039100886e027270f7e6f523&tab=core&_cview=1)
 
Place of Performance
Address: D343-02 Durham, NC<br />
Zip Code: 27711<br />
 
Record
SN01706665-W 20081120/081118221243-2caabe47039100886e027270f7e6f523 (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.