Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 01, 2009 FBO #2624
SOURCES SOUGHT

R -- Risk Assessment

Notice Date
1/30/2009
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, Region VIII, 8TMS-G, 1595 Wynkoop Street, Denver, Colorado, 80202-2466, United States
 
ZIP Code
80202-2466
 
Solicitation Number
EP-R8-09-RA01
 
Response Due
2/10/2009
 
Point of Contact
Ellen Shannon,, Phone: 3033126824, Delilah Macy, Phone: 3033127834
 
E-Mail Address
shannon.ellen@epa.gov, macy.delilah@epa.gov
 
Small Business Set-Aside
Total HUB-Zone
 
Description
In accordance with FAR 52.215-3, Request for Information (Oct 1997) (a) The Government does not intend to award a contract on the basis of this Request for Information (RFI), or to otherwise pay for the information solicited. (b) Although "proposal" and "offeror" may be used in this RFI, your response will be as information only. It shall not be used as a proposal. (c) This RFI is issued for the purpose gaining knowledge of Hub zone firms that possess the expertise, capabilities, facilities, and experience to perform Risk Assessment at various Superfund sites in Region 8. The EPA may require assistance to provide risk assessment support through improved management and access of its data, information, and record data both within and outside of the Agency. THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. This announcement is for market research and does not constitute a Request For Proposal (RFP). Essentially, it is expected that in the follow-on procurement strategy, the Government will be looking at offeror(s) that would offer the "best overall value" to the Government, not necessarily the lowest procurement cost. However, affordability will be a crucial factor. ONLY Hub Zone firms should respond to this announcement. The mission of the Environmental Protection Agency (EPA) is to protect public health and the environment as mandated under a variety of federal statutes including the Clean Air Act, the Clean Water Act, Superfund, the Resource Conservation and Recovery Act, and the Safe Drinking Water Act. As such, the EPA has responsibility for improving and preserving the quality of the environment, both national and global. This includes protection of human health and the productivity of natural resources on which all human activity depends. The EPA implements and enforces Federal environmental laws and U.S. policy, both foreign and domestic, which fosters integration of economic development and environmental protection so that economic growth can be sustained over the long term. The EPA also takes steps to reduce environmental risk, educate the public on environmental issues, conservation, and prevention, as well as participating in public and private decisions affecting energy, transportation, agriculture, industry, international trade, and natural resources to ensure fully integrated consideration of environmental quality issues. Any result solicitation and/or subsequent contract will be accomplished under FAR Part 12, Commercial Items, and will most likely be exempt from the Service Contract Act. The period of performance for any potential contract will be from date of award through June 13, 2011. An issue date for soliciting has not been established at this time. The following agency needs are provided to assist in conducting this RFI: Provide a broad spectrum of technical and expert support and assistance service to Region 8 health and ecological risk assessment personnel in order to enhance their ability to develop scientifically-defensible, state-of-the-art risk assessments in a timely, cost-effective manner. The majority of work is expected to occur in Denver, Colorado. However, the EPA Region 8 Superfund program encompasses Utah, Montana, Colorado, Wyoming, North and South Dakota, and the contractor may be required to travel to Superfund sites in those states to perform the work required. The contractor shall have the knowledge, skills, technical capability to provide qualified personnel, materials, equipment, and facilities for analytical, training, regulatory compliance, scientific, computer systems and management in the areas of Technical and Expert Support for Risk Assessment, Data Information Collection/Analysis/Survey, System Design, Development and Maintenance, as well as Training and Conference Support. The following are considered to be key discipline areas (Please refer to Section 13(a) (1) of the Fair Labor Standards Act as defined by Regulations, 29 CFR Part 541 for Service Contract Act applicability): Specialist 1 Specialist 2 Specialist 3 Tech Manager 1 Tech Manager 2 Scientist 1 Scientist 2 Scientist 3 Scientist 4 Scientist 5 Scientist 6 Clerical/Accounting (may be subject to the Service Contract Act) The contractor shall have on-staff, or readily available via subcontract or other contractual means, knowledgeable experts to conduct research, analysis, and integration of information from available scientific literature in such fields as ecology, toxicology, pharmacokinetics, biostatistics, epidemiology, hydrology, and geochemistry. The contractor’s staff and/or subcontractor shall also be capable to conduct research, analysis, and other services associated with health and ecological risk assessment issues of a programmatic, or crosscutting, nature. Technical expertise shall include, as examples: experience with asbestos, arsenic, and lead. Any resultant solicitation and/or contract shall require the contractor to develop and potentially maintain risk assessment-related databases; decision support software, and other data systems. Data management/decision support initiatives may include the development or implementation of risk assessment-related Geographical Information System (GIS)-based mapping data representation tools and applications, Monte Carlo and other risk simulation and modeling tools, as examples. As part of any resultant solicitation and/or contract, the contractor may be required to establish subcontracts/vendor agreements/and/or other mechanisms to provide occasional intermittent use of national and international experts in specific topical areas of interest and relevance in risk assessment. The contractor shall also be available to join risk assessment staff members at public meetings, Biological Technical Assistance Group meetings, and other meetings to support risk assessment staff in recording, processing, analyzing, and developing responses to public and scientific comments and issues pertaining to risk assessment. The EPA requests interested capable offerors respond no later than February 10, 2009 and include, at a minimum, the following general information in the response: 1.Firm name, address, phone, and principal owners, to include partners, subcontractors, or joint venture arrangements 2.Statement of Hub zone certification or eligibility 3.Examples of work previously performed in any or all other general areas described in this announcement. Experience of partner, subcontractor, key personnel, or joint ventures are considered in the same manner as the primary. Please provide the above information via mail, fax, or email to the following: Ellen Shannon, Contracting Officer Environmental Protection Agency 1595 Wynkoop St. Denver, CO 80202 Phone: 303-312-6824 FAX: 303-312-6685
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6eb7862ff59b3c3d916bd773e52640e7&tab=core&_cview=1)
 
Place of Performance
Address: Multiple locations in Region 8, United States
 
Record
SN01741373-W 20090201/090130220349-6eb7862ff59b3c3d916bd773e52640e7 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.