Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2012 FBO #3718
SOURCES SOUGHT

R -- EMERGENCY RESPONSE SUPPORT SERVICES

Notice Date
1/27/2012
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
NCNR0000-12-00031
 
Archive Date
2/25/2012
 
Point of Contact
Sharon Kent, Phone: 206-526-4516
 
E-Mail Address
Sharon.S.Kent@noaa.gov
(Sharon.S.Kent@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
NOTICE: THIS IS A REQUEST FOR INFORMATION ONLY. The information provided in response to this notice will assist the Government in determining the extent of all firms, large, small, and the socio-economic market for the type of work described herein. The intent of the announcement is to identify sources that are qualified business concerns with the capabilities of providing the National Ocean Service (NOS), Office of Response and Restoration (OR&R) with the services described below. The purpose of this contract will be to provide environmental assessments, on short notice, during oil and hazardous material releases, marine debris pollution incidents and respond to spills; to conduct training, drills, and other preparedness activities for both NOAA and external partners, identify and develop information sources that can be used to advance the state-of-the-art in response operations; and to conduct environmental sensitivity index mapping. The work primarily occurs in coastal areas of the United States, but occasionally may occur in inland regions as well as areas outside the United States. There are 3 major tasks under the proposed contract: 1) Incident Response and Incident Response Exercises – NOAA responds to approximately 120 incidents annually, including oil and hazardous material responses and major response exercises. Approximately half of these events (60) would require the contractor to provide information on environmental effects, resources at risk, and the suitability of mitigation measures. Typically this information will be provided remotely, but for larger incidents and drills, the contractor may be required to respond on-scene. Regardless of whether the contractor is working remotely or on-scene, the incidents routinely involve complex decisions associated with resource impacts, natural resource protection priorities and shoreline cleanup strategies. The contractor must have fundamental knowledge of the physical (especially geomorphological), chemical, and biological processes that affect these activities and the environmental consequences resulting from response actions. The contractor must also have appropriate training and experience working within the National Incident Management System and Incident Command System (NIMS ICS). The contractor must maintain this capability in an on-call status 24 hours a day, 365 days a year. Additionally the contractor should possess the ability to rapidly augment staff through subcontracting during large incidents; accordingly expanding capacity to adequately support additional and/or evolving OR&R response requirements within the scope of this contract. The contractor shall perform the work at one or more of these locations: the scene of or command post(s) for an incident: NOAA facilities in Seattle, WA or Silver Spring, MD; U.S. Coast Guard Sector or District offices (in support of Scientific Support Coordinators) or at the contractor’s location. The contractor work includes, but is not limited to: 1) provide detailed reports, on short notice, of environmental effects, resources at risk, and mitigation strategies associated with oil and hazardous chemical incidents in support of OR&R's response, assessment, restoration and marine debris actions associated with an incident; 2) review and report on the suitability of specific mechanical, chemical, and biological treatment methods appropriate to oil or other hazardous material releases in support of OR&R's role in assessing treatment requirements during spill response activities; 3) design and carry out field studies and shoreline surveys in support of both immediate response operations and long term follow-up investigations. Sampling plans will include types, locations, and numbers of samples required, and sites for collection of control samples. Methods will be described or referenced, including those for quality assurance and control as well as data management strategies; 4) provide emergency consultation and analytical support for environmental and industrial chemistry. This may include quick response evaluation of potential health and safety issues associated with vessel cargo or facility contents, consultation on fate and behavior of oil or hazardous material released into the environment, and rapid analytical and interpretive services for samples collected during an incident, and 5) complete post-incident summary reports and publications on response, assessment, restoration and marine debris strategies used during the incidents or any additional government-sponsored programs. 2) Spill Response Training - The contractor shall assist in developing training for NOAA and other personnel in responding to oil and hazardous chemical releases. Training evolutions will occur typically in conjunction with response simulations, training programs, seminars, and conferences. Activities include development of training courses that address coastal physical processes, field methods, environmental sensitivity, spill protection and cleanup strategies, and case histories. As a part of this training, the contractor may prepare segments of simulation exercises related to environmental assessment and provide resultant critiques of response team performance. 3) Spill Preparedness and Planning - The contractor shall develop and prepare information to support local, regional, and national contingency planning efforts for oil and hazardous material spill responses and other emergencies in coastal areas. Plans will include information on environmental effects, resources at risk, identification of sensitive sites, and the evaluation of mitigation measures. This might involve complex tradeoffs associated with natural resource protection priorities and shoreline cleanup strategies. The contractor shall evaluate the most effective combination of response technologies for protecting sensitive resources including mechanical countermeasures, chemical countermeasures, bioremediation, in-situ burning, and natural recovery. Examples of products include shoreline protection and cleanup manuals, environmental risk assessments for port or area contingency plans, and Environmental Sensitivity Index (ESI) maps. ESI mapping represents a significant component of this task. The method used for ESI mapping shall conform to the Environmental Sensitivity Index Guidelines - Version 3.0 (including all updates) published by NOAA in March 2002. Should the Government modify these guidelines in the future, the contractor shall comply with the most current version for ESI mapping activities. Minimum Qualifications: Each person designated for a labor category is required to have the minimum education/background/experience as required below. 1. Program Manager – responsible for administrative supervision of contract provisions including task orders from the Contracting Officer’s Representative, cost accounting, project scheduling, and completion of deliverables. Qualifications: the Program Manager shall have demonstrated managerial capacity; specifically fiscal management of activities similar to those specified in this Statement of Work. 2. Principal Investigator – primarily responsible for scientific and technical aspects of project design and implementation. Experience will include planning, conducting, and supervising projects of major significance related to environmental hazard assessment. Additionally the individual shall demonstrate the ability to provide technical advice and direction to other professionals. Qualifications: at a minimum the Principal Investigator shall hold either a M.S. degree (or equivalent) plus 12 years of related experience, or a Ph.D. plus 4 years of related experience. The individual shall have technical experience or training in coastal biology, coastal geology, aquatic toxicology, environmental chemistry, oceanography, or other disciplines directly related to the requirements of this contract. The Principal Investigator may also be designated as the Program Manager. 3. Senior Scientist (Level 3) – responsible for scientific and technical aspects of project design and implementation. Experience should include planning, conducting, and supervising projects of major significance related to environmental hazard assessment. An ability to provide technical advice and direction to other professionals should be demonstrated. Qualifications: at a minimum Senior Scientists shall hold a M.S. degree (or equivalent) plus 8 years of related experience or a Ph.D. plus 3 years of related experience. The individual shall have technical experience or training in coastal biology, coastal geology, aquatic toxicology, environmental chemistry, oceanography, or other disciplines directly related to and commensurate with the requirements of this contract. 4. Investigators (Levels 1or 2) – conduct work specified or directed by the Principal Investigator or Senior Scientists. Personnel shall have demonstrated experience in the following tasks: translating technical guidance received from supervisors into usable data applicable to the assignment; coordinating the activities of other technical personnel; and performing varied assignments that require originality and ingenuity. Qualifications: Investigators (Level 2) shall have a M.S degree, or a B.S. degree (or equivalent) plus 3 to 8 years of experience directly related to the requirements of this contract. Investigators (Level 1) shall hold a B.S. degree (or equivalent) plus 0 to 3 years related experience. It is anticipated that an Indefinite-Delivery, Indefinite Quantity (IDIQ) contract may be awarded as a result of any solicitation issued for this project. The period of performance will be one base period (beginning approximately August 1, 2012) with four one-year option periods. The North American Industry Classification Code (NAICS) is 541620 with a size standard of $7M. All contractors doing business with the Government are required to be registered with the Central Contractor Registry (CCR). In addition, completion of the online representation and certifications application (ORCA) is required. NOTE: THIS SYNOPSIS IS NOT CONSIDERED A REQUEST FOR PROPOSAL BUT A REQUEST FOR INFORMATION ONLY. No solicitation document is available. No contract will be awarded on the basis of responses received to this notice. Firms with the capabilities to perform the work shall provide a response that includes, but is not be limited to: (1) the contractor's name, address, point of contact, telephone number, DUNS Number, CCR Cage Number, business type, socio-economic status and size, i.e., small, large, non-profit, educational, contractor's General Services Administration, Federal Supply Schedule (GSA, FSS) contract number (if applicable), etc., (2) a brief narrative and documentation to support the contractor's personnel capability, experience, expertise and the personnel qualifications that meet or exceed the minimum qualifications listed above in addition to the organizational capabilities to meet the requirements herein, (3) a brief description of previous and current contracts performed within the past three years which are similar in scope to the requirements listed herein, including a reference name of Government or commercial organization, contract number, point of contact name and phone number or email address, and short description of the services provided and software used, and (4) provide the names and business size of any potential teaming arrangement and/or subcontractors. The response should be in sufficient detail to permit evaluation and consideration by the Government. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of the submission of contractor's information. A determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. The information received will be considered solely for the purpose of determining whether to conduct a competitive procurement, to restrict the project to small businesses, a socio-economic group, or to GSA, FSS contractors. Any response that does not include this information will not be considered. The Government will review each response to determine if the contractor has the experience, knowledge, and capability to perform the services as specified above. Detailed information must be submitted by email to the address noted below by 2:00 PM local Seattle time (PST), February 10, 2012. Email Address: Sharon.S.Kent@noaa.gov. Questions of any nature must be addressed in writing to the email address noted above as NO TELEPHONE INQUIRIES WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/NCNR0000-12-00031/listing.html)
 
Place of Performance
Address: The work primarily occurs in coastal areas of the United States, but occasionally may occur in inland regions as well as areas outside the United States. The contractor shall perform the work at one or more of these locations: the scene of or command post(s) for an incident; NOAA facilities in Seattle, WA or Silver Spring, MD; U.S. Coast Guard Sector or District offices (in support of Scientific Support Coordinators) or at the contractor’s location., United States
 
Record
SN02663027-W 20120129/120127234827-f77fdd1f05512bfc595f18252e1ef709 (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.