Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2010 FBO #3204
SOURCES SOUGHT

C -- Architect and Engineering Services (AES)

Notice Date
8/31/2010
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation 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
SOL-R5-10-00006
 
Archive Date
10/18/2011
 
Point of Contact
David Alberts, Phone: (312) 353-8991, Donald K. Anderson, Phone: (312) 886-7159
 
E-Mail Address
alberts.david@epa.gov, anderson.donald@epa.gov
(alberts.david@epa.gov, anderson.donald@epa.gov)
 
Small Business Set-Aside
N/A
 
Description
The Environmental Protection Agency (EPA) Region 5 is seeking support for the Architect- Engineering Services for Remedial Design class of contracts for the Great Lakes National Program Office (GLNPO) to support contaminated sediment activities taken under the Great Lakes Legacy Reauthorization Act (GLLRA) of 2008. The purpose of this announcement is to determine the availability of large and small businesses, small disadvantaged businesses, 8(a) small businesses, HubZone small businesses, woman-owned small businesses, veteran-owned small businesses, and service-disabled veteran-owned small businesses capable of performing the activities included in the Statement of Work (SOW). EPA is looking for firms that can perform all of the SOW requirements or portions of the SOW. The contractor shall be prepared to provide scientific/technical support for EPA activities in furtherance of the agency's primary mission: the protection of human health and the environment. These responsibilities are described in the SOW. The resultant two contracts (possibly 1 Full & Open & 1 Small Business Set-Aside) are anticipated to be an ID/IQ type contract, with 36-month base period and a two 24-month option periods. The estimated maximum potential value of the contract is $25 million over the life of each contract. This acquisition will be under FAR Part 36, Brooks Act. Work will be ordered through the issuance of Task Orders. The contractor shall provide all personnel, materials, and equipment necessary to perform the required tasks. The SOW requirements fall under NAICS code 562910 - Remediation Services. The size standard under this NAICS code is not to exceed 500 employees. For more information on this and other NAICS codes and the Small Business Administration's (SBA) small business size standards, visit: http://www.census.gov/epcd/www/naics.html and http://www.sba.gov/size/sizetable2002.html Interested firms must demonstrate in their qualification statements that they are qualified to perform the SOW under this NAICS code. The Statement of Work can be found at: http://www.epa.gov/region5/business/sbconf/pdfs/aes-sow-082010.pdf The Work Breakdown Structure can be found at: http://www.epa.gov/region5/business/sbconf/pdfs/aes_wbs_082010.pdf The Task Category Inventory can be found at: http://www.epa.gov/region5/business/sbconf/pdfs/tci082010.pdf At a minimum, each firm shall provide specific details regarding personnel capabilities; current equipment or methods of obtaining the necessary equipment; office location; size of firm (employees/revenue); financial resources; other contracts, both federal and commercial; quality assurance procedures currently in place; and capabilities/experience necessary to perform the SOW or specific tasks of the SOW. All prime contractors are required to perform 51% of the tasks ordered. No specific format is required, but no font below 12 and limited to 10 pages. A narrative qualification/capability statement, which demonstrates how a firm will meet all of the requirements of the SOW, is requested. Specifically, each firm shall provide details regarding personnel capabilities, current equipment or methods of obtaining necessary equipment, office location, size of firm, financial resources, other contracts, quality assurance procedures currently in place, and capabilities/experience necessary to perform the requirements of the SOW. A business does not have to possess all of the capabilities to perform all of the tasks listed within the SOW but would need to demonstrate how they would cover all the tasks. A business may submit its qualifications based upon a teaming arrangement with other business (es). Any other pertinent information may be included. Firms shall submit the requested information in writing by Oct 1, 2010, to: U.S. EPA, Attn: David Alberts, (MCC-10J) 77 W. Jackson Blvd. Chicago, IL 60604 or by e-mail at alberts.david@epa.gov. If submitting responses via e-mail, please note that the format must be in either MS Word or PDF format. EPA cannot accept other versions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/MMC-10J/SOL-R5-10-00006/listing.html)
 
Place of Performance
Address: 77 West Jackson Blvd., Chicago, Illinois, 60604, United States
Zip Code: 60604
 
Record
SN02261373-W 20100902/100831235135-bb518d3bfe1af041121e4b0553aea330 (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.