MODIFICATION
F -- Updated Sources Sought Notice
- Notice Date
- 12/16/2005
- Notice Type
- Modification
- Contracting Office
- Environmental Protection Agency, Headquarters Contract Service Center, 1200 Pennsylvania Avenue, Nw, Washington, DC 20460
- ZIP Code
- 20460
- Solicitation Number
- RFQ-DC-05-00355
- Response Due
- 1/16/2006
- Archive Date
- 2/16/2006
- Point of Contact
- Point of Contact, Jennifer Cranford, Purchasing Agent, Phone (202) 564-0798
- E-Mail Address
-
Email your questions to U.S. Environmental Protection Agency
(cranford.jennifer@epamail.epa.gov)
- Description
- NAICS Code: 562910 EPA "Sources Sought" Notice This is a Request for Information only. This "Sources Sought" notice replaces all previous "Sources Sought" notices. The purpose of this notice is to determine the interest and feasibility of small business set-asides for the "Expanding the Industry Base" Blanket Purchase Agreement(s) (BPA) synopsized at http://www.epa.gov/etib/. The United States Environmental Protection Agency (EPA) desires responses to this notice from all types of small businesses including small disadvantaged businesses, 8(a) businesses, woman-owned small businesses, hubzone businesses, service disabled veteran owned small businesses, and other socioeconomic groups addressed by the Federal Acquisition Regulation. In its updated synopsis posted on December 16, 2005 EPA outlined its intention to establish one or more BPAs for additional emergency response support services that will be accessible by any of the ten EPA regions to supplement existing emergency response efforts. A BPA may cover any or all of the following areas of expertise: Archaeological Expertise; Geologist, PhD; Hydro-geologist, PhD; Historical/Cultural Property Expertise; Architectural Engineer; Aviation Services (Intra-city transport services, over-flight services, helicopter transport services); Telecommunication Technology Expertise; Data Quality Assurance Expertise; Inventory Management Hardware and Software Expertise; GIS Mapping Expertise; Accountants w/CPA; Biostatistics Expertise; Meteorologist, PhD; Ventilation Engineer; Air Modeling Expertise; Air Monitoring Expertise; Water Modeling Expertise; Water Monitoring Expertise; Waterways Expertise (tides, boats, waterways etc.); Underwater/Diving/Salvage Expertise; Chemical Analytical Technology Expertise; Chemical Engineer; Certified Health Physicist (Radiological Health and Safety Expert); Asbestos Health Expert (Toxicologist or MD); Certified Industrial Hygienist; Masters of Public Health (MPH); Oncologist (MD); Veterinary Expertise; Inorganic Chemist; Metallurgist; Epidemiologist, PhD; Toxicologist, PhD; Microbiologist; Biological Warfare Expertise; Chemical Warfare Technology Expertise; Risk Assessment Expertise; Nuclear Waste Expertise; and Nuclear Weapons Expertise. EPA intends for the BPA(s) to provide emergency back-up professional services for the Agency's already existing emergency response contracts. The EPA envisions a fixed rate structure for each BPA with line items for each area of expertise and associated fixed hourly rates for each line item. The government may make multiple awards for each area of expertise. A vendor does not need to be able to provide all the aforementioned services in order to be eligible for award of one or more line items, some of which may be set-aside for small business concerns, 8(a) businesses, or other socioeconomic groups. All services shall be performed in accordance with the Comprehensive Environmental Response, Compensation, and Liability Act of 1980 (also known as CERCLA or Superfund) as amended, the National Oil and Hazardous Substances Pollution Contingency Plan, and other environmental statutes. The vendor(s) will provide services to support emergency response activities related to the release or threat of release of oil, petroleum products, hazardous substances, weapons of mass destruction, or pollutants and contaminants that pose an actual or potential threat to human health or welfare or to the environment. All experts must have the appropriate education, certification, and training (e.g., HAZWOPER 40 hours of training and necessary annual 8 hour refresher training). The North American Classification Standard (NAICS) code for this requirement is 562910. It is the Government's intent to award the BPA(s) around April 2006, to be effective for a period of five years after date of award. Each purchase order issued under the BPAs may have a ceiling of up to $5 million. All interested concerns capable of providing one or more of the areas of expertise listed above should send by January 16, 2006 a brief qualification/capability statement. Qualifications/capabilities statements should include: -the Area(s) of Expertise (from the list above) that the firm can provide -Relevant qualifications of personnel -Brief (no more than 3 pages total) discussion of relevant emergency response experience and demonstrated ability for quick response -Number of personnel available -The firm's usual geographic area of work Interested firms already participating in Agency emergency response contracts should specifically address available resources in terms of their existing contract obligations and the BPAs in which they may be interested. Please include company name, point of contact, and address and indicate the type of business (e.g., large business, small business, 8(a), woman owned, hubzone, service disabled veteran owned). Please email responses to the point of contact below. Point of Contact: MELISSA KAPS, Contract Specialist, Phone: 202-564-2641, E-Mail: Kaps.Melissa@epa.gov
- Record
- SN00953941-W 20051218/051216212538 (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 |