SOURCES SOUGHT
A -- Testing and Evaluation of Homeland Security Related Technologies for the Measurement, Sampling, Removal, and Decontamination of Radiological, Chemical and Biological Agents.
- Notice Date
- 10/10/2008
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Environmental Protection Agency, Office of Acquisition Management, EPA/Ohio, Cincinnati Procurement Operations Division 26 W. Martin Luther King Drive Cincinnati, OH 45268
- ZIP Code
- 45268
- Solicitation Number
- PR-CI-09-10042
- Response Due
- 11/4/2008
- Archive Date
- 12/4/2008
- Point of Contact
- MATTHEW J. GROWNEY, Placement Contracting Officer, Phone: 513-487-2029, E-Mail: growney.matthew@epa.gov<br />
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT SYNOPSIS FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. The Environmental Protection Agency (EPA) is performing a market search for large and small businesses in preparation for a future procurement. The EPA has a need for a contractor to provide the Office of Research and Development (ORD), National Homeland Security Research Center (NHSRC) with support for its research efforts in the detection and decontamination of chemical, biological, or radiological (CBR) contamination that may be intentionally introduced into drinking water distribution systems, ambient (indoor and outdoor) air, building and other surfaces. In particular, EPA is seeking sources that can establish and implement a mechanism for testing, evaluating, and reporting on the performance of homeland security related technologies for addressing CBR warfare agents. Specific homeland security related technologies include the following: (1) Decontamination/surface cleaning (indoor and outdoor surfaces) of large buildings, structures, and other surfaces; (2) Analytical techniques for continuous measurement of fumigant chemicals; (3) Decontamination of drinking water distribution systems and wastewater treatment plants; (4) Water quality monitoring and detection; (5) Ambient air quality monitoring and detection; (6) Air cleaning methodologies for use in buildings and other structures; (7) CBR sampling methods - including water, air, soil, and from surfaces; (8) Point-of-use and point-of-entry drinking water treatment technologies; (9) Treatment of wastewater generated during decontamination; (10) Computer software programs for use in designing water system or building monitoring networks; (11) Personal protective equipment. The contractor shall expect that pilot scale testing will be required for testing of sample cases. Full-scale, large-item testing may be required for a more realistic evaluation of technologies using certain CBR agents, surrogates, or both. It may also be necessary to conduct testing using real chemical and biological warfare agents; therefore, the contractor shall have the capabilities, expertise, and a Biosafety Level 3 facility for handling pathogenic organisms. The contractor must also have an active chemical surety laboratory and a bailment agreement with the U.S. Army Research, Development, and Engineering Command (RDECOM). Specific areas to be addressed in capability packages submitted by respondents are as follows: (1) Capabilities to test, evaluate, and report on the performance of the homeland security related technologies, enumerated above; (2) Availability of a Biosafety Level 3 facility for handling pathogenic organisms; (3) An active chemical surety laboratory; (4) An active bailment agreement with RDECOM. The successful contractor of any resultant contract will be expected to provide all necessary labor, materials, and services in support of the efforts delineated by the Statement of Work (SOW). A draft SOW can be obtained for the OAM website, http://www.epa.gov/oam/cinn_cmd/. Any interested firms should submit capability statement with information that clearly demonstrates their capabilities to provide the services described above, including facilities, personnel, experience and qualifications. Standard company brochures will not be considered a sufficient response to this Sources Sought Synopsis. It is anticipated that the contract will be a Cost Plus Fixed Fee (CPFF) Level of Effort (LOE) with five one-year periods, each with LOE of approximately 35,000 hours. The applicable NAICS code is 541712 (research and development in the physical, engineering, and life sciences [except biotechnology] with a size standard of 500 persons. In the capabilities statements, contractors should provide their size status for the above referenced NAICS code, (i.e. large, small) and whether or not they are a certified hub zone, 8(a), women-owned, small-disadvantaged and/or disabled veteran owned concern. As a reminder, small businesses are required to perform at least 50 percent of the costs of the contract performance with their own personnel (FAR 52.219-14). The EPA reserves the right to set this action aside for small businesses. Responses to the above should be submitted to growney.matthew@epa.gov no later than 25 calendar days from the date of posting. A separate synopsis will be issued for the Request for Proposal (RFP), resulting from this sources sought synopsis.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=99e2a281641955c1631b9cf16d51dfcc&tab=core&_cview=1)
- Record
- SN01691201-W 20081012/081010215201-99e2a281641955c1631b9cf16d51dfcc (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 |