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

B -- Great Lakes National Program Office (GLNPO) Mission Support Requirement - DRAFT SOW

Notice Date
8/31/2010
 
Notice Type
Sources Sought
 
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
PR-IL-10-01031
 
Archive Date
10/6/2010
 
Point of Contact
Kendra L. Kozak, Phone: (312) 353-8834, Donald K. Anderson, Phone: (312) 886-7159
 
E-Mail Address
kozak.kendra@epa.gov, anderson.donald@epa.gov
(kozak.kendra@epa.gov, anderson.donald@epa.gov)
 
Small Business Set-Aside
N/A
 
Description
DRAFT SOW This is a SOURCES SOUGHT NOTICE and REQUEST FOR INFORMATION (RFI) (not a pre-solicitation notice pursuant to FAR Part 5) to identify sources that can perform the Great Lakes National Program Office (GLNPO) Mission Support Requirements as defined in the attached DRAFT Statement of Work (SOW). The purpose of this notice is to gather comments on the DRAFT SOW and to request capability statements from interested vendors. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT, AND ANY FOLLOW-UP REQUESTS FOR INFORMATION. No telephone calls or e-mails requesting a future solicitation will be accepted or acknowledged under this source sought announcement. There is no solicitation available at this time. Standard company brochures will not be reviewed. Respondents will not individually be notified on the result of any government assessments. The anticipated services are Advisory and Assistance Services (A&AS) as defined in FAR 37.2. Policies and procedures for acquiring A&AS by contract will be in accordance with FAR 37.2. The Great Lakes National Program Office mission has significantly grown to accommodate presidential directives. The Government estimates that the value of the work represented in the DRAFT SOW is between $10 to $20 million over a five (5) year period of performance. The USEPA is considering soliciting and awarding this work under an ID/IQ Firm-Fixed-Price and Labor Hour hybrid type contract under the rules found under FAR Part 15. Multiple contracts for this work may be awarded based on one (1) solicitation to be announced at a later date. REQUEST FOR INFORMATION - WHAT TO SUBMIT: A. Potential contractors are asked to supply the following information on past contracts of a similar scope: 1. Title and objective of effort. 2. Contracting Agency. 3. Time period of effort. 4. Value of contract. 5. Type of contract (fixed price, cost reimbursement). 6. Accomplishments of effort. 7. Point of contact at the organization receiving the services. B. Potential contractors are asked to supply the following information on the DRAFT SOW: 1. Review the DRAFT SOW and provide any questions, comments, statements, or suggestions with regards to content. In accordance with FAR 11.002(a)(2) the attached draft SOW defines the functions to be performed. Therefore, potential vendors are encouraged to submit suggested labor categories and a labor mix to accomplish the DRAFT SOW. The Government intends to consider all relevant responses regarding the DRAFT SOW while working to finalize a future SOW. Any future synopsis, amendments, and other information related to any resultant future solicitation, as well as any subsequent procurement notifications will be posted on FedBizOpps. The Government will not post the answers to questions, address comments, suggestions, or statements in response to the RFI portion of this announcement. SOURCES SOUGHT - WHAT TO SUBMIT: The Government is seeking responses from interested business firms. Please provide a brief capability statement in response to the tasks outlined in the DRAFT SOW. Please indicate any socio-economic status in a heading on the first page of any response. This notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified on the result of any government assessments of the capability statement. Under any future solicitation contractors will be required to comply with Federal Acquisition Regulation (FAR) clause 52.219-14 Limitations on Subcontracting (Dec. 1998). In the response to the sources sought Small Businesses must sufficiently demonstrate the ability to perform at least 50% of the cost of any resultant government contract, and technical capability in the aspects of performing the DRAFT SOW under a government contract. Potential vendors may include a Quality Management Plan (QMP) in their submission. The QMP will document how the organization structures its quality system and describe its quality policies and procedures, criteria for and areas of application, as well as roles, responsibilities, and authorities.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/MMC-10J/PR-IL-10-01031/listing.html)
 
Place of Performance
Address: 77 West Jackson Blvd., Chicago, Illinois, 60604, United States
Zip Code: 60604
 
Record
SN02262525-W 20100902/100901000138-6a7784f61f3be25722ce060d296f86c7 (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.