Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2010 FBO #3017
SOURCES SOUGHT

A -- Treatment, Control and Monitoring of Remediation Technolgies, Contaminated Sites and Facilities, snd Ecosystems

Notice Date
2/25/2010
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Cincinnati Procurement Operations Division 26 W. Martin Luther King Drive Cincinnati, OH 45268
 
ZIP Code
45268
 
Solicitation Number
PR-CI-10-10440
 
Response Due
3/11/2010
 
Archive Date
4/13/2010
 
Point of Contact
RENITA A. TYUS, Contract Specialist, Phone: 513-487-2094, E-Mail: tyus.renita@epa.gov
 
E-Mail Address
RENITA A. TYUS
(tyus.renita@epa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Sources Sought for Treatment, Control and Monitoring of Remediation Technologies, Contaminated Sites and Facilities and Ecosystems (PR-CI-10-10440) 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" to determine potential Small Business sources in preparation for a future procurement. The EPA has a need for a contractor to provide the Office of Research and Development (ORD) assistance conducting in-house research into a wide range of subjects related to the environment. This research studies all forms of chemical and biological contamination within ecosystems, facilities, industrial and municipal sites, infrastructure systems or buildings. The ORD research goals require capabilities for (1) characterization of the types and extent of contamination from hazardous waste discharges and oil spills; (2) evaluation of remediation and treatment processes, and drinking and wastewater systems; (3) analytical method development and quality assurance control; (4) data preparation and presentation. The research is designed to provide practical multimedia solutions to environmental issues generated by catastrophic or long-term situations. This requirement will support on-site bench research and the off-site research resulting from or relating to in-house research within the US EPA or other federal agencies. The contractor shall provide support on-site within US EPA Cincinnati area facilities, and/or extramurally, e.g., at the contractor?s laboratory or facility; on National Priorities List (NPL), brownfield or field sites; or at a municipal, industrial or federal facility. On-site support services shall be performed at the Andrew W. Breidenbach Environmental Research Center (AWBERC) or satellite facilities in the Cincinnati, Ohio area. Historically, the contract has been utilized primary by the National Risk Management Research Laboratory (NRMRL) and secondarily by the National Homeland Security Research Center (NHSRC) Cincinnati offices. The capability packages shall address the firm?s experience related to : (1) treatment and remedial processes and systems; (2) monitoring and evaluation; (3) media; (4) contamination measurement; (5) Geographic Information System (GIS) and modeling support; (6) research planning and presentation ; and (7) quality assurance and quality control activities for laboratory and field operations. The successful contractor shall provide all necessary labor, materials and services in support of the efforts delineated by the Performance Work Statement (PWS). A draft PWS can be obtained from the OAM website, http://www.epa.gov/oam/cinn_cmd/. It is anticipated that the contract will be a Cost Plus Fixed Fee (CPFF) Level of Effort (LOE) starting in late September 2010 with a one year Base Period and four Optional Periods of 12 months each. Approximately 55,695 base LOE hours are anticipated for each contract period (up to 89,360 hours as quantity options for each contract period) for a total of up to 145,055 LOE hours for each contract period. The applicable NAICS code is 541712 with a size standard of 500 employees. ANY INTERESTED SMALL BUSINESS FIRM should submit a capability statement which demonstrates the firm's ability to perform the key requirements described above. Standard company brochures will not be considered a sufficient response to this Sources Sought Synopsis. 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 hubzone, 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 (Renita Tyus, US EPA, 26 West Martin Luther King Dr., Cincinnati, OH 45268, or tyus.renita@epa.gov) no later than 15 calendar days from date of posting. A separate synopsis will be issued for the Request for Proposal (RFP) resulting from this sources sought synopsis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/OH/PR-CI-10-10440/listing.html)
 
Record
SN02077245-W 20100227/100226095503-2b1b3c21a3290da3a5be061f2d0ea514 (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.