Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2010 FBO #3163
SOLICITATION NOTICE

B -- Technical and Administrative Support for the Office of Wastewater Management Programs

Notice Date
7/21/2010
 
Notice Type
Presolicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Cincinnati Procurement Operations Division 26 W. Martin Luther King Drive Cincinnati, OH 45268
 
ZIP Code
45268
 
Solicitation Number
PR-CI-10-10450
 
Response Due
9/11/2010
 
Archive Date
10/11/2010
 
Point of Contact
CHARLES D. MCCORMICK, Contract Specialist, Phone: (513) 487-2047, E-Mail: mccormick.charles@epa.gov
 
E-Mail Address
CHARLES D. MCCORMICK
(mccormick.charles@epa.gov)
 
Small Business Set-Aside
N/A
 
Description
The United States Environmental Protection Agency (USEPA) Office of Water, Office of Wastewater Management (OWM) requires advisory and assistance services consisting of technical, analytical and administrative support, to include all labor, facilities, and equipment necessary to assist EPA in the development, implementation, and oversight of programs under the Clean Water Act (CWA) and the Safe Drinking Water Act (SDWA), particularly in support of the National Pollutant Discharge Elimination System (NPDES), including both municipal and industrial treatment facilities, to concentrate on storm water discharges from sewer system overflows, construction, discharges from commercial vessels, and animal feeding operations. In addition, support services shall be required for assistance under the Clean Water Act, Section 316 [cooling water intake], the National Pretreatment Program, the Clean Water Act State Revolving Loan Fund, the Safe Drinking Water Act State Revolving Fund, and the National Biosolids Program. Typically, the contractor shall be involved in the collection, compilation, and analysis of environmental data culminating in reports and recommendations with regard the health, effectiveness and compliance of Regional and State water quality programs, as well as, supporting the development of a system to monitor and correct noted deficiencies. The contractor shall perform program audits and evaluations, impact and benefit analyses, prepare recommendations, option papers, reports, and special studies. Additionally, the contractor shall support the National Pollutant Discharge Elimination System (NPDES), for certain point-source classifications, to include reviewing permit applications, conducting statistical analyses, preparing draft permits, monitoring permit compliance, and providing appropriate guidance and training. The contractor shall provide information and data management services to develop innovative tools and applications for the management of the collected data and information. The contractor shall also provide outreach and communications services, to include web site design, site enhancement, web site maintenance, developing conference and training materials, conference facilitation and incidental support services. It is anticipated that any resultant contract will be a Performance Based Service Contract (PBSC) issued as a Cost-Plus-Fixed-Fee (CPFF) level-of-effort contract, comprised of an annual base period, followed by four (4) consecutive 12-month optional performance periods, for a total potential performance period of five (5) years. Each performance period will consist of a maximum performance of 122,000 direct labor hours by specified professional and technically qualified personnel, being, 61,000 base-level direct labor hours plus 61,000 optional direct labor hours, for a maximum combined total of 610,000 direct labor hours over the life of the contract. Interested parties are advised that EPAAR solicitation provisions (EPAAR 1552.209-70 and 1552.209-72) requiring the offeror to certify that it is unaware of any potential Conflict of Interest or, otherwise, to disclose any potential Conflict of Interest of which it is aware, shall be required. Interested parties are advised that compliance with the provisions of FAR 52.222-54, Employment Eligibility Verification, shall be required. Additionally, interested parties are advised that the solicitation anticipates that as part of the initial offer, offerors shall submit an Organizational Conflict of Interest (COI) Plan shall be evaluated for activities which would impeach or call into question the activities, reports, recommendations, and analyses required in performance of this work. To insure the viability and scientific integrity of these efforts that resultant services and products be free from any actual or apparent conflict of interest, the solicitation shall provide during the life of any resultant contract, and for a period of two (2) years following the completion of the last exercised option period, the successful offeror shall be ineligible to enter into any business or financial relationships with firms which would support or affect efforts to contest, oppose or influence the content of industry effluent limitations and standards, rulemaking, regulations, policies or NPDES permits or guidelines for which it has provided, is providing, or has work assignments to provide support to the Agency under this contract without the written prior authorization of the cognizant EPA Contracting Officer: (1) Firms within the regulated community that discharge processed water or which provide treatment of wastewater or drinking water. (2) Firms that develop/manufacture/sell or import water treatment chemicals and/or equipment, to include firms that develop/manufacture/sell/import point-of-use or point-of-entry treatment devices. (3) Firms that provide advisory and/or technical services relating to waste minimization, waste management, or wastewater treatment and control for regulated entities. (4) Firms that act in a consulting, advisory, or legal capacity with, or for, firms trying to overturn or avoid application of effluent guidelines, water quality standards, or regulations within the scope of this work. (5) Firms that develop, own, operate, consult, or construct, in any capacity, either community or commercial water systems. (6) Firms that are suppliers, developers, or manufacturers of pesticides, agricultural chemicals, or products indigenous to animal feed lot operations, regardless of size. (7) Firms that own, operate, design, or construct facilities or which develop, market, or produce products which use water as a coolant for the absorption of heat, regardless of source or purpose, where those waters are not part of a closed system or reduced to steam; rather, where processed, used waters are released, discharged, or otherwise returned to aquifers, ground water, or source waters. (8) Firms that have current contracts or seek contracts with states or tribes to provide legal, technical, or consulting services related to wastewater management, NPDES permitting, water infrastructure development, or resource planning due to the potential for irreversible harm to the Government's lawful interest in the fair and impartial administration of the NPDES permit system, particularly activities to overturn, avoid, mitigate, compromise, or influence the application of water quality standards, determinations of compliance, compliance verification, or similarly, to effect other regulations within the scope of this work for any pecuniary benefit or convenience to the contractor or its clients. All offerors will be required to disclose any business or financial relationships with firms as listed above. Interested parties are cautioned that proposals submitted for any work that would require the written approval of the Contracting Officer prior to entering into a contract subject to these restrictions, submit their proposal at their own risk and no claim may be made for recovery of any proposal cost as a direct cost whether the request for authorization to enter into the contract is approved or denied. The solicitation is expected to be posted to the issued on or about August 9, 2010, on the Cincinnati Procurement Operations Website. See URL: http://www.epa.gov/oam/cinn_cmd. This office shall not provide or mail hard copies of the solicitation. It is the responsibility of the offerors to frequently check the EPA website for updates or changes. All responsible sources may submit a proposal which shall be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/OH/PR-CI-10-10450/listing.html)
 
Record
SN02212516-W 20100723/100721234844-81d41975de2cb56dc9c636a94d15935d (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.