Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2010 FBO #3176
SOLICITATION NOTICE

R -- National Tribal Operator Certification Program

Notice Date
8/3/2010
 
Notice Type
Presolicitation
 
NAICS
611691 — Exam Preparation and Tutoring
 
Contracting Office
Cincinnati Procurement Operations Division 26 W. Martin Luther King Drive Cincinnati, OH 45268
 
ZIP Code
45268
 
Solicitation Number
PR-CI-10-11108
 
Response Due
8/17/2010
 
Archive Date
9/16/2010
 
Point of Contact
CAMILLE W. DAVIS, Contract Specialist, Phone: (513) 487-2095, E-Mail: Davis.Camille@epa.gov
 
E-Mail Address
CAMILLE W. DAVIS
(Davis.Camille@epa.gov)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Environmental Protection Agency (EPA) intends to negotiate on a SOLE SOURCE BASIS with the Association of Boards of Certification (ABC) under the authority of FAR Part 6.302-1 in support of its National Tribal Operator Certification Program. The Office of Water, under regulations promulgated under the Safe Drinking Water Act (SDWA), is required to ensure that public water systems must be operated by qualified personnel, including those systems in Indian country. The National Tribal Operator Certification Program will be similar in nature to the current SDWA Operator certification program that applies to states. This would include the development and administration of standardized exams to test operators? knowledge, skill, ability, and judgment relative to treatment and distribution systems. ABC is uniquely qualified to implement EPA?s Tribal Operator Certification Program based upon its experience in assisting states with environmental certification. ABC has developed standardized exams available for Drinking Water Treatment Plan Operators, Class I-IV; Distribution System Operators, Class I-IV; and Very Small Water System Operators. The questions on these exams have gone through an extensive validation process. ABC also has extensive experience in administering these exams and has established the prerequisite certification, exam, education and experience requirements required for operators to demonstrate prior to taking the exams. Based upon the foregoing, EPA finds ABC uniquely qualified to develop EPA?s National Tribal Operator Certification Program. It has an existing program that can be easily modified to accomplish the required tasks. Further, using the current SDWA Operator certification program as a baseline should allow transferability of certifications between Indian country operators and state operators. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS; however, all responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the Agency. The capability statement should address the interested party?s knowledge of operation of drinking water systems, both treatment and distribution from very basic, simple systems to complex systems. Interested parties should also address its experience in developing examination questions and exams for varying levels of certification and a proven methodology for validating questions. Finally, interested parties should address its experience in administering paper-based and web-based exams. This documentation must be received by August 17, 2010 in order to be considered by the EPA. A determination by the Government not to compete this proposed contract based upon assessment of responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Interested parties should submit a written response to Camille Davis by fax at (513) 487-2115 or via e-mail at Davis.Camille@epa.gov to receive consideration for this contract. Telephone responses will not be honored. It is anticipated that a Firm-Fixed Price contract will result from the award of this solicitation. It is also anticipated the contract will have one (1) base period with two (2) one-year option periods consisting of 12 months each for a total maximum potential performance period of three (3) years. The applicable NAICS code is 611691 with a size standard of $7M.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/OH/PR-CI-10-11108/listing.html)
 
Record
SN02227665-W 20100805/100804000110-d31c18014dbb3d256c2cc64a698c7ef7 (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.