Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 25, 2013 FBO #4080
SOURCES SOUGHT

B -- Technical Support for NPDES Permitting and CWA Regulations

Notice Date
1/23/2013
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
CPODUS Environmental Protection Agency26 West Martin Luther King DriveMail Code: NWDCincinnatiOH45268USA
 
ZIP Code
00000
 
Solicitation Number
SOL-CI-13-00017
 
Response Due
2/7/2013
 
Archive Date
3/9/2013
 
Point of Contact
Brad Heath
 
E-Mail Address
heath.brad@epa.gov
(heath.brad@epa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A SOURCES SOUGHT SYNOPSIS FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. The purpose of this procurement is to provide technical support to the United States Environmental Protection Agency, Office of Water, in amending, developing, and implementing National Pollutant Discharge Elimination System (NPDES) permits and Clean Water Act (CWA) regulations. Technical support is expected to include professional program managers, engineers, scientists, information specialists, statisticians, and administrative services with experience in NPDES permitting and CWA regulations. The majority of the work emphasizes requirements related to work in the United States Environmental Protection Agency (EPA) Office of Water; however this work may be available for use by other organizations within the EPA subject to the capacity and permission. All work required under this contract shall be defined in written work assignments issued by the EPA Contracting Officer (CO). The Contracting Officer Representative (COR) will review all of the contractor analyses. The purpose of this announcement is to identify potential small businesses with the capability to perform all or a portion of the requirements defined in the attached draft Performance Work Statement (PWS) and to further determine whether or not all or a portion of the work can be set-aside for potential small businesses sources. The North American Industry Classification System (NAICS) code for this requirement is 541620, Environmental Consulting Services with a size standard of $14 Million. All interested parties are hereby invited to submit a capability statement of no more than fifteen (15) pages, and no smaller than 12 point font. The Government will evaluate each capability statement based on demonstrated qualifications, capabilities, expertise, experience, and past performance in each of the areas included in the paragraph below. Additionally, interested parties should include a discussion of the capability of their accounting system or ability to implement a cost accounting system required of a cost-type contract. Previous experience with cost-type government contracts should be discussed. Interested parties should describe their ability to provide all necessary labor, materials, services, equipment, and facilities in support of the efforts required by the draft PWS. Standard company brochures will not be considered a sufficient response to this Sources Sought Synopsis. Tasks anticipated in this procurement include: ? QUALITY ASSURANCE ? TECHNICAL SUPPORT FOR REVISIONS AND ADMINISTRATION OF NPDES PERMITS ? TECHNICAL SUPPORT FOR AMENDING AND DEVELOPING CWA REGULATIONS ? IMPLEMENTATION SUPPORT OF NEW OR REVISED PERMITS AND/OR REGULATIONS ? OUTREACH AND STAKEHOLDER ENGAGEMENT SUPPORT ? LOGISTICAL SUPPORT ? DATA COLLECTION ? COMPLIANCE AUDITS AND INSPECTIONS ? PREPARATION OF TECHNICAL DOCUMENTS ? PREPARATION AND DEVELOPMENT OF REGULATORY RECORDS The resulting contract will include management of multiple, concurrent work assignments which will require long-term as well as quick-turn-around responses essential to the statutory responsibilities of the Office of Water. The proposed contract will have a base period consisting of 12 months with four (4) option periods of 12 months each, for a total potential period of performance of five (5) years. Total maximum level of effort for this five year period of performance is 50,000 direct labor hours. It is anticipated that a cost plus fixed-fee/level-of-effort contract will result from this solicitation. The current projected start date of the contract is September 1, 2013. The RFP will appear on the Internet under Solicitation Number SOL-CI-13-00017. It may be accessed through the EPA?s home page on the World Wide Web (www.epa.gov). The direct link URL is http://www.epa.gov/oam/solam.htm. All responsible sources who submit a proposal will be considered by the Agency. It is the responsibility of the offeror to check FedBizOpps or the EPA website address for updates or changes. It is anticipated that the RFP will be available after March 1, 2013. Due to the nature of the PWS requirements, it is anticipated that interested parties with the expertise to perform this work could also have relationships (e.g. a parent/subsidiary/sister company affiliation or an existing contractual relationship), which presents the potential for significant organizational conflicts of interest. It is the EPA?s contention that a significant organizational conflict of interest would exist if award were to be made to firm within the following groups: ? firms within the regulated community that discharge processed water or which provide treatment of wastewater or drinking water; ? firms that manufacture/sell/import water treatment chemicals and/or equipment (including point-of-use/point-of-entry devices; ? firms that provide advisory and/or technical services relating to waste minimization, waste management, and wastewater treatment and control for regulated industries; ? firms that act in consulting, advisory, or legal capacity with, or for, firms trying to overturn or circumvent the regulations which are the intended outcome of this contract; ? firms that own or operate community water and/or wastewater systems. Firms that are directly included in the entities described above would have clear conflicts which would be difficult for the agency to avoid, mitigate or neutralize. However, some consulting firms that may have affiliates or subsidiaries that are part of those entities could, with proper disclosure and appropriate action, avoid, mitigate, and neutralize the potential conflict of interest. Likewise, firms that have business or financial interests in those entities may also present actual or potential conflicts of interest concerns, which with proper disclosure and appropriate action may be avoided, mitigated, or neutralized. None of these firms are restricted from submitting a capability statement to indicate interest in this upcoming solicitation. EPA reserves the right to use any and all information submitted by, or obtained from, an interested party in any manner EPA determines is appropriate, including, but not limited to, the creation of a competitive solicitation. An interested party shall avoid including any classified, business confidential, and/or proprietary information in its response. However, if an interested party shall submit such information, the information shall be clearly marked accordingly, and the interested party shall provide sufficient justification as to why such information is business confidential and/or proprietary. EPA shall review said information and safeguard it accordingly. The Government shall not pay for any information that is provided in response to this announcement, nor shall it compensate any respondents for the development of such information. Interested parties should provide their size status for the above referenced NAICS code, (i.e. large, small) and whether or not they are a certified hubzone, 8(a), women-owned, small disadvantaged and/or disabled veteran owned concern. As a reminder, small businesses are required to perform at least 50 percent of the costs of the contract performance with their own personnel (FAR 52.219-14). The EPA reserves the right to set this action aside for small businesses. Responses to the above should be submitted to (Brad Heath, USEPA, 26 West Martin Luther King Dr., Cincinnati, OH 45268-0001, or heath.brad@epa.gov) no later than February 7, 2013. A separate synopsis will be issued for the Request for Proposal (RFP) resulting from this sources source synopsis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/OH/SOL-CI-13-00017/listing.html)
 
Record
SN02970281-W 20130125/130123234028-88d13c806f4197a084639841453e1062 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.