Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2010 FBO #3022
SOURCES SOUGHT

R -- Support for Implementation of Municipal Wastewater and Drinking Water Programs

Notice Date
3/2/2010
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Cincinnati Procurement Operations Division 26 W. Martin Luther King Drive Cincinnati, OH 45268
 
ZIP Code
45268
 
Solicitation Number
PR-CI-10-10360
 
Response Due
3/18/2010
 
Archive Date
4/16/2010
 
Point of Contact
KIMBERLI S. IRWIN, Placement Contracting Officer, Phone: 513-487-2031, E-Mail: irwin.kimberli@epa.gov
 
E-Mail Address
KIMBERLI S. IRWIN
(irwin.kimberli@epa.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT SYNOPSIS FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. The Environmental Protection Agency (EPA) is performing a market search for large and small businesses in preparation for a future procurement. The United States Environmental Protection Agency has a need for a contractor to provide support to the Office of Water, Office of Wastewater Management and Office of Groundwater and Drinking Water State Revolving Fund (SRF) programs that are authorized under provisions of the Clean Water Act (Title VI) and the Safe Drinking Water Act (Title XIV). Specific areas to be addressed in capability packages are as follows: 1. Support of national and state program design, implementation and evaluation (including methodologies for cost impact assessment and risk analysis/environmental benefits). 2. Support of development and implementation of state revolving funds, Special Appropriation Act Projects (SAAP), nonpoint source, estuary, green infrastructure, water and energy efficiency and small community programs and state/tribal programs. 3. Preparation of informational materials such as, case studies, guidance materials, strategies, brochures, reports, fact sheets, handbooks, newsletters, training guides, slide shows and videotapes. 4. Organize and conduct public meetings, workshops, training programs, seminars and conferences. Potential organizations must possess: 1. Thorough understanding of public (municipal and state) finance principles and methods (public/private) of alternative financing and program management. 2. Thorough understanding of the development, review, implementation, and evaluation of state and local water quality and drinking water programs. 3. Thorough knowledge of the Clean Water and Drinking Water SRF programs. 4. Demonstrated experience conducting policy analysis and program evaluation. 5. The ability to effectively communicate with a variety of state and local audiences. The successful contractor shall supply all necessary labor, materials, services, equipment, and facilities in support of the efforts delineated by the Performance Work Statement (PWS). A draft PWS can be obtained from the OAM website, http://www.epa.gov/oam/cinn_cmd/. It is anticipated that the contract will be a Cost Plus Fixed Fee (CPFF) Level of Effort (LOE) starting in October 2010 with a one year Base Period and four Optional Periods of 12 months each. Approximately 15,000 LOE hours are anticipated for each contract period for a total of 75,000 hours. The applicable NAICS code is 541611 with a size standard of $7.0 Million. Any interested firms should submit a capability statement which demonstrates the firm's ability to perform the key requirements described above. Standard company brochures will not be considered a sufficient response to this Sources Sought Synopsis. In the capabilities statements, contractors should provide their size status for the above referenced NAICS code, (i.e. large, small) and whether or not they are a certified hubzone, 8(a), women-owned, small disadvantaged and/or disabled veteran-owned concern. As a reminder, small businesses are required to perform at least 50 percent of the costs of the contract performance with their own personnel (FAR 52.219-14). The EPA reserves the right to set this action aside for small businesses. Responses to the above should be submitted to (Kimberli Irwin, USEPA, 26 West Martin Luther King Dr., Cincinnati, OH 45268, or Irwin.kimberli@epa.gov) no later than 15 calendar days from date of posting. A separate synopsis will be issued for the Request for Proposal (RFP) resulting from this sources source synopsis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/OH/PR-CI-10-10360/listing.html)
 
Record
SN02081237-W 20100304/100302235747-2195da3cf8e3bee3caa9e8f7d6924759 (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.