Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2007 FBO #1935
SOLICITATION NOTICE

F -- Emergency and Rapid Response System

Notice Date
3/13/2007
 
Notice Type
Solicitation Notice
 
NAICS
562910 — Remediation Services
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, Region I, One Congress Street, (MCP), Suite 1100, Boston, MA, 02114, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-RegionI-ERRSIII
 
Response Due
3/21/2007
 
Archive Date
4/5/2007
 
Small Business Set-Aside
Total Small Business
 
Description
U.S. EPA Region I Emergency & Rapid Response Services RFP No: PR-XX-XX-XXXXX Pre-Solicitation Notice/Special Notice The intent of this notice is 1) to gather industry, especially small business (including 8(a), HUBZone, small disadvantaged business, service disabled veteran-owned small business and women-owned small business) input on EPA Region I?s follow-on Emergency and Rapid Response Services (ERRS) requirements for New England, and 2) to announce an ERRS forum which will be held to provide the business community the opportunity to learn more about this opportunity. The current Region I ERRS contract (68-W-03-037) will expire on July 31, 2008. EPA Region I consists of the New England states (Connecticut, Maine, Massachusetts, New Hampshire, Rhode Island, and Vermont as well as the tribal nations located within New England). The overall requirement will be to provide cleanup services for emergency and time critical removal actions, which include the release or threat of release of oil, petroleum products, hazardous substances, or pollutants and contaminants that pose an actual or potential threat to human health or welfare, or to the environment. Environmental cleanup/ response to natural and man made disasters, terrorist activities, weapons of mass destruction, and nuclear, biological or chemical incidents may also be required under this contract. Contractors should read the attached Draft Region I Performance Work Statement (PWS) for Emergency and Rapid Response Services for details of the tasks the Government anticipates having performed under the follow-on contract(s), including response times. Please note that while there is a detailed Level A response capability specified in the draft PWS, the government is still evaluating whether it needs to include that quantity of response in the resultant contract(s). Regardless, some Level A capability will be required. Also, please note that the resultant contract(s) will include provisions requiring the contractor(s), under certain circumstances, to respond outside of New England (through regional cross-over and trans-boundary (outside of the US) responses). Contractors must be technically qualified to undertake response actions relative to section 104 of the ?Comprehensive Environmental Response, Compensation and Liability Act of 1980? (CERCLA) as amended by ?Superfund Amendments and Reauthorization Act of 1986? (SARA) and the National Oil and Hazardous Substances Pollution Contingency Plan, Subtitle I of the ?Resource Conservation and Recovery Act? (RCRA) as amended by SARA of 1986, and the ?Clean Water Act? as amended by the ?Oil Pollution Act of 1990.? Contractor(s) may also be tasked to support EPA?s role under the National Response Plan (NRP) in instances of presidential-declared disasters pursuant to the ?Robert T. Stafford Disaster Relief and Emergency Assistance Act? (Stafford Act). To meet these requirements Contractors must also be able to respond to an incident and adopt the tenets of the Incident Command System (ICS) in accordance with Homeland Security Presidential Directive ? 5, National Incident Management System (NIMS). The Government may award multiple contracts for this requirement. Various alternative contracting approaches are currently under review. Potential offerors are advised that if they are a current Superfund Technical Assessment and Response Team (START) contractor or a START subcontractor or consultant in Region I, they will be ineligible for award of this contract IAW the terms of their contract. Forum Interested Parties are invited to participate in a presolicitation forum on March 30, 2007, scheduled from 9am ? 1pm ET, at EPA?s offices in Boston at One Congress Street. The purpose of the forum is to provide more information about the draft PWS, discuss requirements, receive feedback, and respond to inquiries and comments received in advance. Time permitting written, questions and comments received at the forum will also be addressed. Responses to all questions and comments requiring response received will be posted at the website listed below after the forum. Participation at the forum is voluntary and will not impact the government?s determination regarding a businesses? capability regarding these requirements. Each contractor is limited to three (3) attendees. All must register in advance for security purposes. Company and attendee names must be provided no later than March 27th to Sharon Molden at molden.sharon@epa.gov. If you have questions on arrangements to attend the forum, they may be addressed to Ms. Molden at either the email address above or via telephone at 617 918-1062. Be advised that you will be required to present a government issued picture ID when you arrive at the EPA facility. The offices of EPA New England are fully accessible facilities. In case of inclement weather which may affect this event, a recorded message announcing either a facility closure or delay in opening will be available at 617 918-1062 on the morning of the event. Invitation to submit questions and comments: Questions regarding this requirement and Draft PWS should be submitted IAW the information below additionally to maximize the potential opportunity for small business participation in the acquisition, the government is seeking input from the small business community regarding their interest and capability in performing some or all of the tasks reflected in the draft PWS. The government is considering awarding contracts that may segregate the work described in the draft PWS in a manner including, but not limited to, contracts which address the following discrete components of the draft work statement: ? Transportation, treatment and disposal of clean-up generated wastes; ? Oil spill and other emergency response; ? Time Critical Removal Response; and ? Performance of the entire scope of work within sub-regional geographic areas. Such comments are also requested to be submitted IAW the information below. Qualification Package: The Government requests demonstration of capability by interested parties through submittal of a brief qualification package. In addition to addressing some or all of the component tasks listed above, the government will evaluate the qualification of interested parties based on their response regarding capability in the following areas: ? 24/7 Hazardous material/hazardous waste/hazardous substance/oil spill response and support capability in all levels of personnel protection (Levels A, B, C and D as specified by OSHA and NFPA); ? Response/site cleanup experience within primary geographic location (New England) including providing response to multiple events simultaneously; ? Response experience to potential releases of biological, chemical, nuclear, agents of resulting from terrorist incidents or man made or natural disasters; ? Response experience using ICS (Unified Command); ? Analytical capabilities especially related to hazardous characterization/categorization of waste streams; and ? Capabilities to develop waste profiles, hazardous waste manifests and other shipping documentation. ? Please specify current or planned staffing available to respond to these components and the full draft PWS The packages should not exceed the equivalent of 10 single sided single spaced type written pages (12 point Time Roman type face). Review of packages exceeding these limits will be restricted to the first 10 pages. These packages shall be submitted to the address below by April 17, 2007. Please be sure to include your small business classification(s) (small business, 8(a), HUBZone, Small Disadvantaged business, Small Disadvantaged Veteran Owned business, and Women Owned business) in your submission. The Government intends to consider all comments and take the responsive qualification packages into consideration when developing its final acquisition strategy and resulting RFP(s). The EPA anticipates issuing RFP(s) no earlier than September 2007. The estimated award date for the Region 1 ERRS III contract(s) is on or about June 1, 2008. The North American Industry Classification Standard (NAICS) code for this requirement is 562910. This synopsis, amendments, responses to questions and comments and other information related to this presolicitation notice as well as any subsequent procurement notifications will be posted on FedBizOpps and the EPA's Office of Acquisition Management website, at the following URL: http://www.epa.gov/oam/srpod/index.htm#solam. Select "PR-XX-XX-XXXXX: Emergency and Rapid Response Services (ERRS) for Region I". Interested Parties should check these sites frequently for updates. All information related to this procurement will be available at this link through the date of any award. EPA Point of Contact: SHARON MOLDEN, US EPA Region I Office of Administration and Resource Management One Congress Street Suite 1100 (Mail Code MCP) Boston, MA 02114 e-mail: molden.sharon@epa.gov. (617) 918 -1062 With the exception of questions related to the logistics for the presolicitation forum, telephone inquiries are not being accepted. Please submit any questions or comments pertaining to this synopsis via mail and e-mail ONLY to Sharon Molden, molden.sharon@epa.gov at the address provided above. Such questions and comments should be submitted by close of business, March 21, 2007, in order to facilitate the government?s ability to respond at the forum on March 30th.
 
Place of Performance
Address: US EPA Region I, Contracts and Procurement - MCP, One Congress St Suite 1100, Boston, MA
Zip Code: 02114
Country: UNITED STATES
 
Record
SN01250081-W 20070315/070313221452 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.