Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 02, 2010 FBO #2961
SPECIAL NOTICE

R -- RECOVERY - Cleveland Land Bank Brownfield

Notice Date
12/31/2009
 
Notice Type
Special Notice
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, Region V, Acquisition and Assistance Section (MMC-10J), 77 West Jackson Boulevard, Chicago, Illinois, 60604
 
ZIP Code
60604
 
Solicitation Number
EPS50604-16
 
Archive Date
1/15/2010
 
Point of Contact
Geoffrey Krieger, Phone: 3123532075
 
E-Mail Address
krieger.geoffrey@epa.gov
(krieger.geoffrey@epa.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS OPPORTUNITY IS AVAILABLE ONLY TO THE USEPA REGION 5 START CONTRACTOR UNDER EP-S5-06-04. REQUESTS AND/OR INQUIRIES WILL NOT BE ADDRESSED. IT IS THE INTENT OF THE USEPA TO AWARD A TASK ORDER UNDER AN EXISTING CONTRACT. The purpose of this Task Order (TO) #16 is to obligate $125,000.00 for a Targeted Brownfield Assessment (TBA) of the Multiple Cleveland Landbank Properties, City of Cleveland, County of Cuyahoga, State of Ohio. The period of performance will be from December 30, 2009 through September 30, 2010. Requirements for TO #16 include the following: 1) attending meeting(s) and conference calls with State, EPA Project Manager, and City; 2) preparing a site-specific QA Project Plan (QAPP) and Health & Safety Plan (HASP); 3) preparing a site-specific Sampling and Analysis Plan (SAP); 4) conducting Phase II field/investigation work; 5) preparing the Phase II Assessment Report; 6) preparing the draft and final cleanup plan with cost estimates; 7) preparing the Property Profile Form (PPF) or entering into EPA ACRES; 8) complying with the documentation and reporting requirements of the American Recovery and Reinvestment Act of 2009. The American Recovery and Reinvestment Act ("ARRA" or "the Act") 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 Federal Acquisition Regulations (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 (Superfund Technical Assessment and Response Team) contracts were awarded as IDIQ 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 type 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 and 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/MMC-10J/EPS50604-16/listing.html)
 
Place of Performance
Address: 601 Lakeside Ave., Cleveland, Ohio, 44114, United States
Zip Code: 44114
 
Record
SN02033844-W 20100102/091231234558-0bc29ff4ebce9b713a533e3f34312063 (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.