Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 17, 2016 FBO #5350
SOURCES SOUGHT

R -- Support for Metals, Minerals, & Energy Sector

Notice Date
7/15/2016
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
RTPPOD US Environmental Protection Agency 109 T.W. Alexander Drive Mail Code: AA005 Research Triangle Park NC 27709 USA
 
ZIP Code
00000
 
Solicitation Number
SOL-NC-16-00031
 
Response Due
7/28/2016
 
Archive Date
7/28/2017
 
Point of Contact
Newsome, Otelia
 
Small Business Set-Aside
N/A
 
Description
REFERENCE NUMBER: SOL-NC-16-00031. THIS IS A SOURCES SOUGHT NOTICE FOR MARKET RESEARCH AND CAPABILITY INFORMATION ONLY. This notice is designed to locate responsible sources that have an interest, and have the ability to perform the services described herein. This request for capability information DOES NOT constitute a request for proposals. No contract will be awarded from this notice. Capability statements received will be reviewed to determine the technical, administrative, management, and financial capability of offerors to perform this type of work. Submitted information will assist the U.S. Environmental Protection Agency (USEPA) with internal acquisition planning relative to determining appropriate procurement strategy, to include, but not limited to the appropriate level of competition and/or small business subcontracting goals. Submission of any information in response to this market research is purely voluntary, and the Government assumes NO RESPONSIBILITY for any costs incurred and shall not be construed as a commitment of any kind by the Government to issue a solicitation or award a contract. Respondents will not be notified of the results of this request. Telephone calls requesting a solicitation will not be accepted or acknowledged. Standard company brochures will not be reviewed. Any and all businesses, large or small, are encouraged to respond. The North American Industry Classification System (NAICS) Code that applies to this requirement is 541620 Environmental Consulting Services ($15.0M.) Interested parties are requested to submit a brief Capabilities Statement package for this Sources Sought Notice (SSN.) The Capabilities statement is not to be a proposal, but rather information regarding the company ¿s ability to provide a service that matches the Government ¿s below requirement. Respondents must include a company profile, to include number of employees, DUNS number reference with detail of work performed, and information on at least three recently (past 3 years) completed projects of similar work within the same magnitude of this notice. Each reference shall include the company name, size status for the above referenced NAICS, and whether or not you are a certified HUBZone, small disadvantaged, woman-owned, veteran, service-disabled veteran-owned, or 8(a) small business concern. EPA reserves the right to set this action aside for small businesses. Businesses who submit a response based upon teaming arrangements should ensure that it is in accordance with the Federal Acquisition Regulations (FAR) 9.601. If the response to this sources sought is provided with the intent to form a teaming arrangement, the response shall clearly identify this intention along with details listing each firm ¿s capability. The EPA reserves the right to set this effort aside for small businesses if it determines that there are two or more small businesses able to compete in terms of market prices, quality, and delivery. If set aside, a small business would be required to perform at least 50 percent of the direct labor costs incurred under the contract with its own personnel (FAR 52.219-14). Capability statements should address your ability to meet this requirement. The successful contractor shall provide all necessary labor, materials, and services in support of the efforts. See the attached draft SOW. It is anticipated that the contract will be a cost plus fixed fee, level-of-effort, term contract. The estimated period of performance is a 12 month base period and four 12-month option periods. The estimated level of effort for the each period is 20,000 hours. In addition increased quantity options will be available in each period up to a total of 60,000 per period. The total level of effort hours for the entire contract period (including options, and optional quantities) is 300,000 hours. Any interested Small Business should submit information which demonstrates the firm's ability to perform the key requirements described above. Standard company brochures alone will not be considered a sufficient response to this Sources Sought Synopsis. The capability statement should also include: small business size status certification for the above referenced NAICS code, whether or not they are a certified Hubzone, 8(a), women-owned, small disadvantaged and/or service disabled veteran owned small business concern, point of contact, telephone number, email address, and interest in proposing on the solicitation when issued. Any interested Large Business is also encouraged to submit information which demonstrates the Firm ¿s ability to perform the key requirements described above. Questions regarding this notice should be sent to Contract Specialist, Otelia Newsome, at newsome.otelia@epa.gov. No response will be provided to telephone inquiries. Responses to the above should be submitted to Otelia Newsome at newsome.otelia@epa.gov no later than July 28, 2016. Also include your telephone number, point of contact to include telephone number and e-mail address. A separate synopsis will be issued for the Request for Proposal (RFP). Section 112 of the Clean Air Act (CAA) outlines the statutory requirements for the EPA's stationary source air toxics program. Within Section 112 there are several different programs for which the Sector Policies and Programs Division (SPPD) is responsible. Until recently, the SPPD's primary focus has been the development of Maximum Achievable Control Technology (MACT) standards under Section 112(d). When developing these standards, the EPA bases the regulatory requirement on technologies which are available and in use. Thus, most of the stationary source air toxics program has been ¿technology-based ¿ to date. The SPPD has completed the last set of MACT standards under Section 112(d). However, there is existing and anticipated litigation on some of these standards that must be resolved and may require further technical analysis. With the finalization of the Integrated Urban Air Toxics Strategy (UATS) in July of 1999, the EPA introduced and outlined its ¿risk-based air toxics program, ¿ which includes both regulatory and non-regulatory programs and actions, support for studies, standards, development, and/or guidance preparation that focus on the metals, minerals, and energy sector. The purpose of this contract is to provide support for the first component, source specific regulatory programs. The source specific regulatory component of the EPA's air toxics program includes the development of technology-based standards for major and area sources, residual risk standards and other standards development activities. Development of the standards considers available technologies and costs associated with implementing emission control requirements. Anticipated activities include, but are not limited to, identification of emission control equipment, cost of air pollution controls, assistance in developing the regulatory package, summarizing the public comments, analysis to support the response to comments document, assistance with executive order requirements (e.g., Paperwork Reduction Act), and review of the regulatory text. The Contractor will be required to provide support for studies, source pollutant standards development, and/or guidance preparation that focus on the metals, minerals, and energy sector, the development of standards that regulate the emissions of air toxics from stationary sources, the emissions of air toxics from stationary sources, and stationary source criteria pollutant standards which may take the form of either a New Source Performance Standard (NSPS) or a standard based on ¿Best Available Controls (BAC) and guidance document activities. The contractor shall be responsible for data gathering; literature reviews; plant visits; information collection requests; telephone calls; air modeling inputs for affected sources, categories, and subcategories; request and review of emissions testing; meeting with affected groups; written summaries, reports, and memos; data analysis; preparation of a source category data base; analyses of facility and emission data; analyses of control options; analyses of environmental and cost impacts; documentation to include, but not limited to documentation to support standards development and guidance documents; document maintenance, and additional documentation support; preparation for proposal of rules; post proposal activities; post promulgation activities; outreach activities; support for external review; program integration support; support for external review; program integration support; and, support for innovative approaches. The company ¿s capability statement should provide sufficient enough details of its services for the Government to make a determination that that the service meets the Government ¿s requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/CMD/SOL-NC-16-00031/listing.html)
 
Record
SN04184848-W 20160717/160715234821-82c43ada607f0ef250229da18a205a35 (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.