MODIFICATION
F -- Decontamination Analytical & Technical Services
- Notice Date
- 2/22/2012
- Notice Type
- Modification/Amendment
- NAICS
- 562910
— Remediation Services
- Contracting Office
- SRRPODUS Environmental Protection AgencySuperfund/RCRA Regional ProcurementOperations1200 Pennsylvania Ave, NWWashingtonDC20460USA
- ZIP Code
- 00000
- Solicitation Number
- SOL-HQ-11-00014
- Response Due
- 3/22/2012
- Archive Date
- 4/21/2012
- Point of Contact
- Elaine M. Scott
- E-Mail Address
-
jones.percy@epa.gov
(Scott.Elaine@epa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Decontamination Analytical Technical Services (DATS II) U.S. Environmental Protection Agency, SRRPOD (3805R), 1200 Pennsylvania Avenue, N.W. Washington, DC 20460. NAICS: 562910 The U.S. Environmental Protection Agency (EPA) Office of Acquisition Management )OAM), under theauthority of the Federal Acquisition Regulation (FAR) Part 15, Contracting by Negotiations, is officially issuing a Request for Proposal (RFP)(#SOL‐HQ‐11‐00014) for the Office of Emergency Management,National Decontamination Team. The primary purpose of this contract will be to provide: Personnel, Technical Information and Data Analysis, Field and Response support, Preparedness and Training, AirborneSpectral Environmental Contaminant Technology (ASPECT) support, Operational Support, Information Management and System Support, Multi‐Media Documentation and Development Support, and Health and Safety and Quality Assurance. The contractor shall provide scientific and operational support to NDT including technical issues surrounding the decontamination of buildings, building contents (including evidence), public infrastructure (including waste/drinking water plants, chemical plants, power plants, subways, etc.), indoor environments, agriculture, and the associated environmental media (air, soil and water) in the aftermath of a hazardous substance, contaminant or Weapons of Mass Destruction (WMD) event or other catastrophic incidents of national significance or when other wise requested. The contractor shall provide services in the following areas including but not limited to natural disasters, man‐made disasters and terrorist events; pre‐deploying for special security events; delivering of scientific, engineering, and health and safety field support for econtamination activities at terrorist events or other large scale natural or man‐made disaster events; assist in designing and managing mission‐driven research and development targeted to enhance the capability to provide decontamination response services at terrorist events; disseminating new capabilities; enhancing planning and preparedness activities ; staying informed of current technologies and methodologies for decontamination; assist in developing and conducting training and exercises related to decontamination, and working within the Incident Command System (ICS). The contractor may be required to perform any of these services during Agency related preparednes s and prevention orresponse efforts. Under this contract, work will be issued through individual task orders. The period of performance of the contract is tentatively scheduled to perform from May 1, 2012through April 30, 2017. Award of this follow‐on contract entitled, Decontamination Analytical and Technical Services (DATS) II is planned for May 1, 2012. The EPA intends to issue this contract as a Fixed Rate, Indefinite Delivery/Indefinite Quantity award.Market research has allowed this procurement to be set aside for small businesses only. The anticipated period of performance includes a twelve (24) month Base Period with three (3) ‐ twelve (12) month Award Terms, with a potential contract period of performance totaling sixty (60) months. Thetotal dollar value of this procurement is estimated to be twenty (20) million dollars. The North AmericanIndustry Classification Standard (NAICS) code for this procurement is 562910, Remediation Services‐Environmental Remediation Services. This is a request for submission of proposals. Prospective sources are reminded that an award can only be made to a vendor who is registered and in an active status in the Central Contractor Database (CCR). If not registered, please go to www.ccr.gov (Must have DUNS number in order to begin CCR registration process. Both DUNS number and CCR registration are free) The RFP is currently posted on the following sites:EPAs website ‐ http://www.epa.gov/oamsrpod/ersc/DATS/index.htm and Federal Business Opportunities website www.fbo.gov This synopsis, amendments and other information related to this procurement as well as anysubsequent procurement notifications can be found on the aforementioned websites. All interestedparties should check these sites frequently for updates. The anticipated award date for thisrequirement is on or around May 1, 2012. Contract award will be made using a best value approach, with technical capability being of greater importance than cost or price. Regardless of the competitive nature of award, the contract awarded must be technically acceptable and meet cost reasonableness standards. A performance work statement (PWS) and the planned Conflict of Interest clauses can be found on the EPA website under solicitation number SOL‐HQ‐11‐00014. Any questions or comments pertaining tothe PWS or planned clauses must be emailed to the Contracting Officer of record, Elaine Scott atscott.elaine@epa.gov or to the Contract Specialist of record, Percy Jones at jones.percy@epa.gov nolater than March 1, 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/HQ/SOL-HQ-11-00014/listing.html)
- Record
- SN02680522-W 20120224/120222235012-bc91887c6fe214f4abe173b3ed9aaec4 (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 |