Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2009 FBO #2811
SPECIAL NOTICE

R -- RECOVERY - Targeted Brownfield Assessment (TBA) TO#13 - American Legion Craigmont, Idaho

Notice Date
8/3/2009
 
Notice Type
Special Notice
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, Region VII, 901 North 5th Street, Kansas City, Kansas, 66101
 
ZIP Code
66101
 
Solicitation Number
EP-S7-06-02-TO13
 
Point of Contact
Phyllis A. Carrasco, Phone: 9135517349, Anthony LaMaster, Phone: 9135517228
 
E-Mail Address
carrasco.phyllis@epa.gov, lamaster.anthony@epa.gov
(carrasco.phyllis@epa.gov, lamaster.anthony@epa.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS REQUIREMENT IS TO BE AWARDED TO AN EXISTING CONTRACT HOLDER. REQUESTS AND/OR INQUIRIES WILL NOT BE ADDRESSED The purpose of Task Order (TO) #13 is to obligate $48,000 in support of the American Legion site site located in Craigmont, Idaho requiring a Targeted Brownfield Assessment (TBA). The period of performance will be from August 10, 2009 through September 30, 2010. Requirements for Task Order #13 include the following: 1) Scoping/Planning The contractor shall attend a scoping meeting and site visit, prepare a sampling strategy including a sampling diagram with proposed sampling locations; once approved, the contractor will then prepare a Sampling and Quality Assurance Plan (SQAP) this is compliant with EPA Region 10 requirements. 2) Conduct Phase I Assessment The contractor shall provide limited due diligence support to ensure that the Brownfields Environmental Assessment already conducted by the SITC conforms with EPA's "All Appropriate Inquiry" rule. 3) Conduct Phase II Assessment The contractor shall conduct Phase II site assessment field work of the subject properties to determine the nature and extent of contamination. Sampling will be conducted as specified in the SQAP and TM direction. All sampling will be compliant with EPA Region 10 procedures. 4) Evaluation of Cleanup Options If Phase II sampling indicates levels of contaminants that exceed the specified cleanup standards, the contractor should identify possible cleanup options and cost estimates for site remediation for those areas. This information will be included in the TBA report. 5) Report preparation. Prepare a TBA report. This task includes data management, GIS analysis and data validation. Respond to EPA comments on the report, and as appropriate, other stakeholders. The contractor should also be prepared to provide an advanced copy of the data in the form of data tables, sample location map and supporting information if requested to do so by EPA. The American Recovery and Reinvestment Act (ARRA) contains specific acquisition requirements that must be met when using appropriated funds from the Act, including the need for acquisitions to be in accordance with the FAR and, to the maximum extent practicable, awarded as fixed-price (FP) contracts using competitive procedures. However, the Office of Management and Budget's guidance allows for the use of other than FP contracts. Although the Agency' s START contracts were awarded as ID/IQ contracts, they were awarded competitively with fixed rates, and each contract structure was selected to provide the contractor with the greatest incentive for efficient and economical performance, given the types of services to be performed. The existing START contracts have sufficient qualified acquisition personnel to provide appropriate contract administration and oversight to monitor contract performance to mitigate the Government's risk. In order to meet the requirements of the Act in the most prudent business manner within the time constraints imposed, existing START contracts are the most appropriate contractual vehicles consistent with Agency plans that promote the goals of the ARRA.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/RegVII/EP-S7-06-02-TO13/listing.html)
 
Place of Performance
Address: American Legion, 203 A Street, Craigmont, Idaho, 98101, United States
Zip Code: 98101
 
Record
SN01897163-W 20090805/090803235731-bac7559692aad7c1873c0ecd8d3f9945 (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.