Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2003 FBO #0701
SOLICITATION NOTICE

R -- Regional Oversight Contract (ROC)

Notice Date
10/27/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Contracts Branch (3PM10) 1650 Arch Street Philadelphia, PA 19103
 
ZIP Code
19103
 
Solicitation Number
PR-R3-04-10008
 
Response Due
12/3/2003
 
Archive Date
1/2/2004
 
Point of Contact
DAVID R. SENDERLING, Contract Specialist, Phone: 215-814-5309, E-Mail: senderling.david@epa.gov; JAMES M. CLARK, Placement Contracting Officer, Phone: 215-814-5198, E-Mail: clark.jim@epa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
SUBJECT: R ? Regional Oversight Contract (ROC) for Federal facilities, FUDS, or FUSRAP sites in EPA Region III, which includes the states of Pennsylvania, Maryland, Delaware, Virginia, West Virginia, and the District of Columbia. POC: David Senderling, (P)215-814-5309, (F)215-814-5211, senderling.david@epa.gov DESC: The U.S. Environmental Protection Agency (EPA) requires professional architect/engineer (A&E) services to support the Agency in its mission of oversight and enforcement of both Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) and Resource Conservation and Recovery Act (RCRA) activities at sites located at active, closing, closed, or former Federal facilities, including a Formerly Used Defense Site (FUDS) or Formerly Used Site Remedial Action Program (FUSRAP) site, and, to a lesser extent, non-Federal facilities within the geographic boundaries of EPA Region III. The Federal Facilities Compliance Act of 1992 waives sovereign immunity for Federal hazardous waste generators. CERCLA ?120 and ?6001 delegate extensive oversight responsibilities to EPA for hazardous waste remediation projects at Federal facilities. To fulfill these responsibilities, EPA reviews technical documents generated by the facility (or its contractor), approves remedies, oversees removals, assists in deliberations leading to agreements with other Federal agencies or non-Federal potentially responsible parties (PRPs), and determines appropriate penalties where necessary. The successful offeror will be required to demonstrate competency in the following areas: technical document review; meeting support; field activities and data review; and technical support for such activities as CERCLA Site Assessments, Remedial Investigations/ Feasibility Studies, Removals, Remedial Designs, post-Record of Decision (ROD) actions, community involvement and outreach, data management services, military munitions response services, radiation, and negotiations. For purposes of this procurement, the Agency considers an offeror to have pre-award potential conflict of interest (COI) if the offeror currently holds a prime contract or subcontract with any party (other than EPA) for work related to CERCLA or RCRA activities, remedial planning or implementation, or reuse planning or development at sites located at an active, closing, closed, or former Federal facility within EPA Region III. Any such potential conflict will be evaluated by EPA prior to award. This procurement is a small business set-aside using NAICs code 562910, Environmental Remediation Services (firms with 500 employees or less) and will result in the competitive award of one (1) indefinite delivery/indefinite quantity (ID/IQ)-type contract with a minimum guarantee of $10,000 and maximum of $4 million. The contract will be Cost-Plus-Fixed-Fee (CPFF) with indirect rate ceilings and charges for direct labor, travel, and other direct costs (ODCs). The period of performance will consist of a four-year base period and no option years. The work will be handled via task orders which will generally be issued as completion form. Subject to the availability of funds, the anticipated date of award is May/June 2004. It is anticipated that a significant portion of the work will be issued using Performance-Based Service Contracting (PBSC). Consequently, the Statement of Work (SOW) will include performance requirements, performance standards, surveillance methods, acceptable quality levels, and incentives/disincentives. The resulting contract will be awarded pursuant to the Brooks Act, Public Law 92-582 (40 U.S.C. 541, et seq.), using the procedures set forth in FAR Subpart 36.6. As such, offerors shall submit Standard Forms (SF) 254 and 255 in accordance with Brooks Act A&E procedures. Individual SF 254s should be prepared for the prime and any team subcontractors. For this procurement, EPA asks that offerors organize the information on block 10 of SF 255 in a way that highlights responses to the evaluation criteria only. This will help facilitate timely review of the information submitted. Selection will be based on the following five evaluation criteria. The first four criteria are of equal weight. The fifth criterion is of a lesser weight than any of the first four. 1. Professional qualifications of staff expected to perform the services listed in the synopsis. 2. Recent specialized experience and technical competence of staff expected to perform the services listed in the synopsis. 3. Taking into consideration current and projected workload commitments, the firm's capacity to staff the contract with experienced, trained personnel at the appropriate levels and disciplines. 4. Past performance on contracts for similar services, with respect to cost control, quality of work, and schedule adherence. 5. Firm's geographic location and familiarity with the localities within EPA Region III. The selected firm will be required to submit a cost proposal, contract management plan, internal COI procedures, quality assurance plan, procedures for handling confidential business information, health and safety plan, and plan for delivering analytical services. In order to be awarded a contract, these must be deemed acceptable by EPA and agreement must be reached on a reasonable cost-plus-fixed-fee. Prior to award, the contractor will also be required to have an acceptable accounting system that allows for segregation of costs. Firms interested in responding to this announcement are invited to submit completed SF 254s and 255s to the address shown below by 4:00 P.M. (Eastern) on December 3, 2003. Forms must be RECEIVED at the EPA Region III office by the deadline; postmarks will not suffice. This is not a Request for Proposal. U.S. Environmental Protection Agency Region III Contracts Branch (3PM10) 1650 Arch Street Philadelphia, PA 19103-2029 Attn: David Senderling
 
Web Link
The Environmental Protection Agency
(http://www.epa.gov/oam/solicit)
 
Record
SN00460372-W 20031029/031027213240 (fbodaily.com)
 
Source
FedBizOpps.gov 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.