Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2012 FBO #3757
SPECIAL NOTICE

99 -- ASPECT Infrared Systems Support

Notice Date
3/6/2012
 
Notice Type
Special Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
SRRPODUS Environmental Protection AgencyAriel Rios Building1200 Pennsylvania Avenue, N. W.Mail Code: 3805RWashingtonDC20460
 
ZIP Code
20460
 
E-Mail Address
Contracting Officer
(scott.elaine@epa.gov)
 
Small Business Set-Aside
N/A
 
Description
Airborne Spectral Photometric Environmental Collection Technology (ASPECT)Airborne Infrared Systems Support ServicesThe U.S. Environmental Protection Agency (EPA) is issuing this Sources Sought Announcement (SSA) to gain knowledge of potential qualified sources and their size classifications relative to the North American Industry Code Standard (NAICS) code 811219 - Other Electronic and Precision Equipment Repair and Maintenance (size standard of $19.0M). EPA requests demonstration of capability by interested small business firms through submittal of a capability statement.DisclaimerThis is NOT a solicitation announcement. This is a sources sought announcement only. Responses to this SSA shall not constitutes responses to a solicitation. As stipulated in FAR 15.201, responses to this SSA are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists, therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely the Government's discretion. This SSA is not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in response. Respondents will not be notified of the results of any Government assessments. The information received will be utilized to assist in formulating a strategy for competitive procurements.DescriptionEPA has authority under the Emergency Preparedness and Community Right-to-Know Act (EPCRA), the Robert T. Stafford Natural Disaster Act pursuant to the National Response Framework (NRF), and other laws, to help address and/or mitigate endangerment of the public health, welfare or environment during emergencies and natural disasters, and to support other federal agencies, states and communities in preparing for and responding to releases of oil, petroleum products and other hazardous substances.The US Environmental Protection Agency, National Decontamination Team (NDT) has established and is operating a standoff hazards detection and mapping project called the Airborne Spectral Photometry of Environmental Contaminants Technology (ASPECT). This program is an emergency response program and has the primary mission of remote detection and mapping of chemical vapors within the atmosphere as well as radiological detection and exposure mapping. The main component of the chemical sensor system consists of infrared detectors and their associated control systems, geo-spacial locaters, computers and communication equipment. Maintenance and/or repair of these sensor and data acquisition systems must be accomplished in as short a time frame as possible to prevent down time of the program. The need to provide a mechanism for conducting maintenance, modifications, and upgrades to existing and new Infrared systems used by the ASPECT program is a must. There is also a need to assist the Government in various field tests and data collection programs focused on chemical vapor detection technologies. These needs can be met by providing a mechanism to examine, construct and evaluate new systems to enhance the mission of the ASPECT program.The Government anticipates a single contract award to fulfill this requirement for up to four (4) years. Due to the nature of this requirement, the ability to know when and how often examinations, construction and evaluations of new systems will be needed is unknown.However, the cost in terms of labor rates can be established prior to knowledge of when the work will be needed. Therefore, it is the Governments intention to award a single contract under a fixed rate-indefinite delivery/indefinite quantity procurement.Statement of Work (SOW)A draft Statement of Work (SOW) is attached.Capability StatementThe Government requests demonstration of capability by interested contractors in performing this requirement as a prime contractor through submittal of a capability statement. All capability statements shall:1. Include company name, address, DUNS, phone and principal owners including partners, subcontractorsand/or joint venture arrangements.2. Include business classification(s) (ie: Large Business, Small Business - Service Disabled Veteran OwnedSmall Business (SDVOSB); Women Owned Small Business (WOSB); Economically Disadvantaged Women-Owned Small Business (EDWOSB); etc.) in your submission.3. State the (a) average number of employees of the concern; (b) average annual receipts based on thelast three (3) fiscal years; (c) other current business commitments; and (d) a description of theconcern's accounting system for estimating and accumulating costs under fixed rate indefinite deliveryindefinite quantity contracts and whether or not the accounting systems has been audited and/orapproved by any Government agency.4. Include specific examples of work previously performed in all task areas described in the draft Statementof Work within the past three (3) fiscal years. Experience as a subcontractor, partner, joint venture, orkey personnel is considered in the same manner as primary experience. Include reference(s) for eachexample.5. Demonstrate the management capability, corporate structure and financial capability to meet the needsof the scope of this requirement.6. Not exceed 10 pages in length, excluding a cover page.7. Be printed double-sided, each side counting as one page towards the total page limit.8. Avoid use of excessive marketing lexicon, submission of fancy brochures, unnecessary sales literature,and product puffery.Submission InformationThe Government intends to consider all comments and the responsive qualification packages when developing its final acquisition strategy and resulting RFP. The synopsis, amendments and other information related to this SSA, as well as any subsequent acquisition notifications, will be posted via FedBizOps (www.fbo.gov) and the EPA website(www.epa.gpv/oam/srpod/index.htm). All information related to this acquisition will be available at these sites through the date of any award. All interested parties are encouraged to continue to regularly check these sites for updates.Please provide the above information via email no later than 2:00 pm ET, March 16, 2012 to Elaine Scott at scott.elaine@epa.gov. No faxes, mail or phone calls will be accepted.Attachments1. Draft Statement of Work (SOW:\Statement of Work can be found on EPA Website: http://www.epa.gov/oam/srpod/index.htm
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/74dd2f1833c2fa351f222ce75135ef06)
 
Record
SN02689545-W 20120308/120307115618-74dd2f1833c2fa351f222ce75135ef06 (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.