SOURCES SOUGHT
C -- Response Action Contracts - Region 9
- Notice Date
- 8/9/2006
- Notice Type
- Sources Sought
- NAICS
- 562910
— Remediation Services
- Contracting Office
- Environmental Protection Agency, Office of Acquisition Management, Region IX, 75 Hawthrone Street, Mail Code MTS 4-3, San Francisco, CA, 94105
- ZIP Code
- 94105
- Solicitation Number
- PROLCHU-6QXP6G
- Response Due
- 9/8/2006
- Archive Date
- 9/23/2006
- Description
- THIS IS A SOUCES SOUGHT ANNOUNCEMENT FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. In preparation for a future procurement, the Environmental Protection Agency (EPA) is performing ?market research? to primarily determine potential Service Disabled Veteran Owned Businesses (SDVOB) that can perform all of the tasks listed in the ?DRAFT? performance work statement that is posted at the website below. As a secondary consideration the EPA would also like to determine what potential other small businesses (including small businesses, 8(a) firms, and women-owned businesses) can perform all of the tasks listed in the ?DRAFT? performance work statement. The requirement is for professional architect and engineering services to support remedial planning and oversight activities in Region IX, which includes Arizona, California, Hawaii, Nevada, American Samoa, and Guam. These services include - site management; remedial investigation and feasibility studies; engineering services to design remedial actions; construction management for implementing remedial actions, including issuing and managing subcontracts for construction of the selected remedy and engineering services in overseeing construction; engineering evaluation and cost analysis for noontime critical removal actions; environmental support including oversight of remedial investigations/feasibility studies, remedial design, remedial action, and negotiation support; other technical assistance, including community involvement, sampling and analysis support, risk assessment, five-year reviews, long-term response actions and pre-design investigations; and technical management services supporting EPA?s coordination and oversight of remedial activities where they are performed by a State, the U.S. Army Corps of Engineers (USACE), third party responsible parties identified in enforcement actions. The applicable NAICS code is 562910 with a size limitation standard of 500 employees according to the Small Business Administration (www.sba.gov) website. Interested firms that meet the categories stated above must submit an electronic copy of a capability and capacity to perform the work. In addition, firms must demonstrate that they have the necessary personnel with demonstrated experience, labor, materials, services, equipment and facilities to support the efforts delineated by the ?DRAFT? Performance Work Statement (PWS). Also, firms must provide their business size status in accordance with the Small Business Administration (www.sba.gov) website for the referenced NAICS Code that fall within, (i.e. Service Disabled Veteran Owned Business, small business, 8(a) firms, or woman-owned business). Electronic responses shall be limited to 10 pages, including attachments, on 8.5? x 11? pages, 12 font (pitch) written in English, and must be formatted in PDF format. E-mail the capability statement to the attention of Philip Ingram at ingram.philip@epa.gov no later than September 8, 2006. The ?DRAFT? PWS can be located at http://intranet.epa.gov/osrti/rmd/cmb/rac/index.htm. The applicable documents are the ?RAC 2 Full Service Statement of Work?, ?RAC 2 Full Service Work Breakdown Schedule?, and the ?RAC 2 Full Service Task Inventory?. Standard company brochures will not be considered sufficient response to this Sources Sought Notice. Other interested parties who do not qualify as small business, may still provide information for the creation of a potential bidders? list and expand possible teaming arrangements. Point of contact: Philip Ingram, Contracting Officer, (415) 972-3715 or ingram.philip@epa.gov (Email is preferred).
- Record
- SN01110798-W 20060811/060809221953 (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 |