SOLICITATION NOTICE
R -- Pollution Prevention/Energy Program Management
- Notice Date
- 8/18/2004
- Notice Type
- Solicitation Notice
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- ACA, Fort Carson, Directorate of Contracting, 1850 Mekong Street, Building 6222, Fort Carson, CO 80913-4323
- ZIP Code
- 80913-4323
- Solicitation Number
- W911RZ-04-R-0024
- Response Due
- 9/1/2004
- Archive Date
- 10/31/2004
- Point of Contact
- Carol Hellmann, 719-526-2338
- E-Mail Address
-
Email your questions to ACA, Fort Carson
(carol.hellmann@carson.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. P roposals are being requested and a written solicitation will not be issued. This synopsis/solicitation is for Pollution Prevention/Energy Program Management. Background: Fort Carson is responsible for implementing an ever-increasing, complex set of Fede ral Energy management requirements, Pollution Prevention laws, Executive Orders and Army regulations. Increasing costs of utilities, solid waste disposal and hazardous waste disposal have placed an increasing emphasis on elimination of waste and sound env ironmental practices. Objectives: Provide program support and technical expertise to the Fort Carson Directorate of Environmental Compliance and Management (DECAM) Pollution Prevention and Energy Management programs. This level of effort requires a Seni or Technician. A Senior Technician is defined as, but not limited to, an individual with scientific education and/or experience in the pollution prevention and energy fields of expertise who shall advise the DECAM Pollution Prevention Branch Chief, who in the capacity as a government employee, makes all program management and financial decisions. Qualifications: To qualify as a Senior Technician, the following criteria must be met: (a) B.A. degree in environmental studies, engineering, related science o r management OR Eight years of specialized experience in environmental, pollution prevention and/or energy management AND (b) Certified in Energy Management. Requirements: The Senior Technician, as an independent contractor and not as an agent of the Gov ernment, shall provide support to the Fort Carson Pollution Prevention and Energy programs. The Contractor must have a valid driver's license. The Government will provide office space, phone for official calls, computer, copying and printer usage, access to server for required software, databases, and vehicles for official travel in and around the installation on an as needed basis. Specific tasks include: Task 1: Coordination: Prepare correspondence and meet with representatives of Federal/state regula tory agencies, Fort Carson partners, Headquarters Installation Management Agency (HQ IMA), Army Environmental Center (AEC) and contractor representatives. The support services will be provided throughout the performance period and include coordinating and investigating energy conservation and pollution prevention opportunities. (Approximately 12 actions per month) Task 2: Technical Review: Review installation programs, policies and projects that impact energy requirements or may present pollution preventi on opportunities. At management requests, prepare and submit presentations, purchase requests and coordinate opportunity discussions with the government. (Approximately 10 actions per month) Task 3: Reports: Support the Emergency Planning and Community Ri ght to Know Act (EPCRA) program manager with data collection and preparation of EPCRA Reports associated with Sections 312 and 313 for submission to the Environmental Protection Agency (EPA). Complete energy conservation and pollution prevention program p rogress reports to DECAM management and higher headquarters as required by regulation, or upon request. (Approximately 5 actions per month) Task 4: Tracking: Monitor and report on the progress of energy conservation and pollution prevention projects on Fo rt Carson and develop future project justification recommendations and program funding requirements. Project information shall be reviewed by DECAM management and staff and may be requested by higher headquarters or other agencies. (Approximately 100 act ions over 12 months) Task 5: Meetings/Briefings: In support of the pollution prevention and energy programs, prepare and present briefings on the status of pol lution prevention and energy programs to the government. Attend conferences and presentations as requested to benefit Fort Carson goals and objectives. (Approximately 2 briefings/presentations per month) Task 6: Awareness: Develop articles, memoranda, aw ard packages and activities supporting pollution prevention and energy conservation programs, to include Earth Day and Energy Awareness Month. (Approximately 2 action per month) Performance Period: The performance period shall be one (1) year from date o f award with the option for two additional one (1) year performance periods, if exercised. It is estimated that work hours will consume between 1880- 2000 hours/year. Payment: The government will only be responsible for payment of actual hours worked. Leave: The contractor shall coordinate any personal leave of contracted employee(s) with the DECAM POC to ensure continuance of services. The contractor will be allowed personal leave in accordance with the Service Contract Act. Authorized Travel: Travel expenses incurred for conferences, training or other authorized travel for the benefit of the Government including airfare/mileage, registration fees, lodging and meals shall be reimbursed by the government in accordance with the Joint Travel Regulations (JTR.) (Approximately 6 trips over 12 months.) A contracted source that can fulfill the technical requirements of this contract with no direct supervision from the Government is desired. In order to be determined responsible, contractor must demonstrate that the qualifications outlined above are met. This action is set aside 100% for small business. The Small Business Size Standard is $6M. The NAICS/SIC is 541620/8999. Central Contractor Registration (CCR) is required. Registration may be accomplish ed at http://www.ccr.gov. The following provisions in the Federal Acquisition Regulation (FAR) apply to this acquisition to include any addenda to the provision. This solicitation incorporates one or more clauses by reference, with the same force and eff ect as if they were given in full text. The full text of any clause may be accessed at http://farsite.hill.af.mil. FAR 52.212-1, Instructions to Offerors-Commercial; FAR 52.212-2, Evaluation-Commercial Items (The Government intends to make award to the r esponsible contractor having the lowest priced, responsive offer.)FAR 52.212-3, Offerors Representations and Certifications- Commercial Items; FAR 52.212-4, Contract Terms and conditions-Commercial items, FAR 52.222-3; Convict Labor; FAR 52.233-3, Protest after Award; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FA R 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-41, Service Contract Act, (Wage Determination #94-2079 Rev (28), dated 5 Aug 04 , is incorporated into this solicitation and may be accessed at http://www/wdol .gov); FAR 52.222-42, Equivalent Rate of Fed Hire; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-36, Payment by Third Party; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.228-5, InsuranceWork on a Government Installation (Workmens Compensation: As required by state laws; Employers Liability Insurance: $100,000; General Liability Insurance: $500,000 per occurrence; Auto Liability Insurance, Bodily Injury $200,000 per person, $500,000 per occurrence; Property Damage: $20,000 per occurrence);FAR 52.237-1, Site Visit; FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation; FAR 252.204-7004, Required Central Contractor Registration; FAR 252.212-7001, Contract Terms and Conditions Requ ired to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; FAR 252.225-7001, Buy American Act and Balance of Payment s Program. A complete proposal package consists of the following: (1) Written explanation and supporting documentation that indicates minimum qualifications outlined above have been met, (2) Price sheet clearly indicating the labor rate per hour to be paid for all hours worked, (3) Representations and c ertifications in FAR 52.212-3, (4) Past performance information including recent and relevant contracts for the same or similar services, including points of contact with telephone numbers. Proposals are due by 4:00 PM, Wednesday, 1 SEP 04 (MST.) Propos als will be accepted via mail or hand delivery to ACA-NR Directorate of Contracting, 1633 Mekong Street, Bldg 6222, Fort Carson, CO 80913-4310 ATTN: Carol Hellmann. No faxed or emailed proposals will be accepted.
- Place of Performance
- Address: ACA, Fort Carson Directorate of Contracting, 1633 Mekong Street, Building 6222 Fort Carson CO
- Zip Code: 80913-4323
- Country: US
- Zip Code: 80913-4323
- Record
- SN00646530-W 20040820/040818212511 (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 |